Loading...
HomeMy WebLinkAboutHerzog Contracting Corporation; 2001-08-20; 3551DOC # 2003-0846358 Recording requested by: 1 ) CITY OF CARLSBAD ) 1 When recorded mail to: ) 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Dr. 1 Carlsbad, CA 92008 JUL 16s 2003 12~49 PM rnICICY REcoRIls SElN DIEGO COUNTY RECORDER'S OFFICE GEGW J. S#ITHs CWNTY RECORDER FEES: 0.00 Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby qiven that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on December 31,2002. The name of the contractor for such work of improvement is Herzog Contracting Corporation The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the Poinsettia Lane Overhead Widening, Project Nos. 3551, 3442, 3829, and 3810. CITY OF CARLSBAD f VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, ,2003, accepted the above California, 92008; the City Council of said City on described work as completed and ordered that a Notice of Completion be filed. July 15 I declare under penalty of perjury that the foregoing is true and correct. Executed on July 16 , 2003, at Carlsbad, California. CITY OF CARLSBAD U City Clerk, '.: , AB #17,242 (7-15-03) Reso. 2003-190 ORIGINAL r ’ POINSETTLA LANE OVERHEAD WIDENIN CONTRACT NO. 3!i51 . . J .I: .{ a , :i ‘I :i .j .,l ‘j D! TABLE OF CONTENTS NOTICE INVlTlNG BIDS .................................................................................................................................... 6 CONTRACTOR’S PROPOSAL ........................................................................................................................ 10 SCHEDULE “A” - ROAD IMPROVEMENTS.. ................................................................................... 10 SCHEDULE “B” - STRUCTURE IMPROVEMENTS.. ....................................................................... 14 SCHEDULE “C” - POINSETTIA LANE 8-INCH DOMESTIC WATER MAIN.. .................................. 15 SCHEDULE “D” - POINSETTIA LANE &INCH RECYCLED WATER MAIN .................................... 18 SCHEDULE “E” - POINSETTIA LANE 21-INCH GRAVITY SEWER.. ............................................. 20 BID SECURITY FORM ..................................................................................................................................... 24 BIDDER’S BOND TO ACCOMPANY PROPOSAL ......................................................................................... 26 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS ................................................................... 27 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS ................ 29 DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK ......................................................................................................................... 30 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ........................................................................ 31 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ...................................................... 32 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LlABlLlTY AND WORKERS’ COMPENSATION .................................................................... 33 BIDDER’S STATEMENT RE DEBARMENT .................................................................................................... 34 BIDDER’S DISCLOSURE OF DISCIPLINE RECORD .................................................................................... 35 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMlTTED WlTH BID.. .............. .37 CONTRACT PUBLIC WORKS ......................................................................................................................... 38 LABOR AND MATERIALS BOND ................................................................................................................... 46 FAITHFUL PERFORMANCE/WARRANTY BOND ......................................................................................... 48 OPTIONAL ESCROW AGREEMENT FOR SECURlTY DEPOSITS IN LIEU OF RETENTION ................... .50 SUPPLEMENTAL PROVlSlONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVlSlONS ............................................................................... 53 SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS .................................................. 53 l-1 TERMS ....................................................................................................................................... 53 l-2 DEFINITIONS.. ........................................................................................................................... 53 1-3 ABBREVIATIONS ...................................................................................................................... 54 SECTlON 2 - SCOPE AND CONTROL OF THE WORK ............................................................................... 55 2-3 SUBCONTRACTS ...................................................................................................................... 55 2-4 CONTRACT BONDS.. ................................................................................................................ 55 2-5 PLANS AND SPECIFICATIONS.. .............................................................................................. 56 SUBSURFACE DATA ....................................................................................................................... 82 2-9 SURVEYING .............................................................................................................................. 82 2-10 AUTHORITY OF BOARD AND ENGINEER.. .......................................................................... 66 2-12 COORDINATION WITH UTILITIES ......................................................................................... 67 SECTION 3 - CHANGES IN WORK ............................................................................................................... 67 3-2 CHANGES INITIATED BY THE AGENCY.. ............................................................................... 67 3-3 EXTRA WORK.. ......................................................................................................................... 67 3-4 CHANGED CONDITIONS.. ........................................................................................................ 68 3-5 DISPUTED WORK.. ................................................................................................................... 69 SECTION 4 - CONTROL OF MATERlALS ..................................................................................................... 71 4-l MATERIALS AND WORKMANSHIP ......................................................................................... 71 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE.. .......................................... 77 9/l 1 /oo Contract No. 3551 Page 2 of 209 4-3 STANDARDIZATION AND UNIFORMITY OF EQUIPMENT AND CERTAIN MATERIALS RELATED TO DOMESTIC WATER, RECYCLED WATER, AND SEWER IMPROVEMENTS.......77 SECTION 5 - UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*............................................................. 78 w- 5-I LOCATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..... 78 5-4 RELOCATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 78 SECTION 6 -0 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 78 6-l CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . . . . . . . . . . . . . . . ..a................. 78 6-2 PROSECUTION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 84 6-6 DELAYS AND EXTENSIONS OF TIME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 85 6-7 TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 85 6-8 COMPLETION AND ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 85 6-9 LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 86 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR . . . . . . ..‘........................................................... 86 7-3 LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 86 7-4 WORKERS COMPENSATION INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 87 7-5 PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .... 87 7-7 COOPERATION AND COLLATERAL WORK . . . . . . . . . . . . . . . . . . ..~..........................................~......... 89 7-8 PROJECT SITE MAINTENANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..~.................................................... 89 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 91 7-10 PUBLIC CONVENIENCE AND SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 91 7-l 3 LAWS TO BE OBSERVED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 95 7-16 CONNECTIONS TO EXISTING FACILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 7-17 FIELD TESTS, ADJUSTMENTS AND OPERATION *........................................................... 96 SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 8-2 FIELD OFFICE FACILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . v . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 8-6 BASIS OF PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*.................................................. 97 SECTION 9 -- MEASUREMENT AND PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 97 - 9-I MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 97 9-3 PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..~.............................. 98 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 102 SECTION 200 - ROCK MATERIALS . ..*.....................................*............................................................. 102 200-l ROCK PRODUCTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*................................................................ 102 200-2 UNTREATED BASE MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 103 SECTION 201-1 CONCRETE, MORTAR, AND RELATED MATERIALS . . . . . . . . . . . . . . ..*..*............................. 103 201-l PORTLAND CEMENT CONCRETE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 103 SECTION 203 - BITUMINOUS MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..‘.............................. 104 203-6 ASPHALT CONCRETE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 104 SECTION 206 - MISCELLANEOUS METAL ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 105 206-7 TRAFFIC SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 105 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 107 SECTION 207 - PIPE . . . . . . . . . . . . . . . . . . . . . ..*..............*........................................................................................ 109 207-l PRECAST ACCESSHOLES . . . . . ..*..................................................................................... 109 207-2 REINFORCED CONCRETE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 110 207-25 UNDERGROUND UTILITY MARKING TAPE *........*.............*...*...........................*.......... 110 207-26 PVC PRESSURE PIPE . . . . . . . . . . . . . . . . . . . . * . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ~ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 111 SECTION 208 - PIPE JOINT TYPES AND MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*......................*......*..... 112 208-7 BENDS, TEES, ADAPTERS, SADDLES, REDUCERS AND FLANGE GASKETS FOR PRESSURE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I 12 SECTION 209 - ELECTRICAL COMPONENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*.................................... 112 SECTION 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...*. 113 209-I GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*................................. 113 .- 209-2 MATERIALS AND INSTALLATION . . . . . a . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 117 209-5 DETECTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...*... 137 209-6 LIGHTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 140 9/l l/O0 Contract No. 3551 Page 3 of 209 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT . . . . . . . . . . . . . . . . . . 151 209-8 PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 151 SECTION 210 - PAINT AND PROTECTIVE COATINGS .*.*...........*......................................................... 152 - 210-I PAINT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..~.................. 152 21 O-3 GALVANIZING . . . . . . . . . . . . . . . . . . . . . . . . . . . . F . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 154 SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS ,............................................................ 155 212-I LANDSCAPE MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 155 212-2 IRRIGATION SYSTEM MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 157 212-3 ELECTRICAL MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 159 SECTION 213 - ENGINEERING FABRICS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 160 213-3 EROSION CONTROL SPECIALTIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 160 SECTION 214 -0 PAVEMENT MARKERS .,........,................................,................................,......,............. 160 214-5 REFLECTIVE PAVEMENT MARKERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 160 SECTION 215 - APPURTENANCES FOR PRESSURE PIPE . . . ..‘............................................................ 161 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 163 SECTION 300 - EARTHWORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*............ 163 300-I CLEARING AND GRUBBING . . . . . . . . . . . . . . . . . . . . . . . . ..~................................................................ 163 300-2 UNCLASSIFIED EXCAVATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 163 300-3 STRUCTURE EXCAVATION AND BACKFILL . . . . . . . . . . . . . . ,................................................... 164 300-4 UNCLASSIFIED FILL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 165 300-5 BORROW EXCAVATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..~......................................................... 166 300-I 3 WATER POLLUTION CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*........... 166 SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS . . . . . . . . ..~......................~.....~..........~...~.............~.............~...............~.~..............~.......~....~............~ 168 301-I SUBGRADE PREPARATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 168 SECTION 302 - ROADWAY SURFACING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*....................................................... 169 .- 302-5 ASPHALT CONCRETE PAVEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 169 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 170 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 179 303-8 MODIFY EXISTING CURB INLET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 180 303-9 CONCRETE THRUST BLOCKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 180 SECTION 304 - METAL FABRICATION AND CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 180 CHAIN LINK RAILING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 185 304-5.2 Chain Link Railing Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 185 SECTION 305 -- PILE DRIVING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..~.................................................................... 187 305-I PILE DRIVING AND TIMBER CONSTRUCTION . . . . v . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 187 SECTION 306 -- UNDERGROUND CONDUIT CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I89 306-l OPEN TRENCH OPERATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . m . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 189 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...* 194 306-9 PVC PRESSURE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . m . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 194 306-I 1 APPURTENANCES FOR PRESSURE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . s . . . . . . . . . . . . . . . . . . . . . . 195 306-12 STEEL PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 198 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS ..*.......*......................*............................ 197 307-3 STREET LIGHTING CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 197 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 197 308-2 EARTHWORK AND TOPSOIL PLACEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 197 308-4 PLANTING . ..s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 198 308-5 IRRIGATION SYSTEM INSTALLATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I99 308-6 MAINTENANCE AND PLANT ESTABLISHMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 201 308-7 GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*................................... 201 308-8 MEASUREMENT AND PAYMENT . . . . . . . . . . . . . . . . . . ..~.............................................................. 203 SECTION 310 - PAINTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*............*....... 294 310-5 PAINTING VARIOUS SURFACES . . . . . ..*..*.*.....*...................*..*....**.....*..*..........*..........*..*. 264 9/l 1 /oo Contract No. 3551 Page 4 of 209 310-7 PERMANENT SIGNING.. ................................................................................................ .206 SECTION 312 -- PAVEMENT MARKER PLACEMENT AND REMOVAL ................................................. 206 312-I PLACEMENT.. ................................................................................................................ ..20 6 SECTION 313 - Temporary Traffic Control Devices ............................................................................. 206 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS.. ......................................................... .206 313-2 TEMPORARY TRAFFIC SIGNING.. ................................................................................. .207 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS .......................................... .207 313-4 MEASUREMENT AND PAYMENT.. ................................................................................ .209 APPENDIX ‘A ................................................................................................................................................. SAMPLE NCTD RIGHT OF ENTRY PERMIT.. ................................................................................. COASTAL DEVELOPMENT PERMIT.. ............................................................................................. PUC AUTHORIZATION TO CONSTRUCT.. ..................................................................................... APPENDIX ‘B ................................................................................................................................................. RAILROAD REQUIREMENTS .......................................................................................................... APPENDIX ‘C’ ................................................................................................................................................. STANDARD PLAN SHEETS ............................................................................................................ APPENDIX ‘D’ ................................................................................................................................................. STRUCTURE FOUNDATION REPORT ........................................................................................... 9/l 1 /oo Contract No. 3551 Page 5 of 209 - CITY OF CARLSBAD, CALIFORNIA NOTtCE INVITING BtDS - Until 4:00 P.M. on 7’” day of June, 2001, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The work includes the widening of the Over- head Crossing on Poinsettia Lane between Carlsbad Boulevard and Avenida Encinas. The project will widen the existing structure and subsequent adjacent roadway from two-lanes of travel to four- lanes of travel, including bike lanes and sidewalks on either side and a planted stamped concrete me- dian. The project includes improvements to the 21” existing sewer, 8” existing recycled waterline, and 12” existing waterline. CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD WIDENING This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevo- cable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. . The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction 2000 Edition, and sup- plements thereto, all hereinafter designated ‘SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and descrip- tion of the work. ve The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. -.- -- 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 secu- rity 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 obliga- tion required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed and properly exe- cuted including notarization where indicated are: Q 9/l l/00 Contract No. 3551 Page 6 of 209 - - I- -- C r- 1. Contractor’s Proposal 2. Bidder’s Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder’s Statement of Financial Responsibility 7. Bidder’s Statement of Technical Ability and Experience 8. Acknowledgement of Addendum(a) 9. Certificate of Insurance. .The riders covering the City, its officials, employees and volun- teers may be omitted at the time of bid sub- mittal but shall be provided by the Bidder prior to award of this contract. lO.Bidder’ s Statement Re Debarment 11 .Bidder’s Disclosure Of Discipline Record 12.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Se- curity) All bids will 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 $1’300,000. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a con- tractor pursuant to the Business and Professions Code shall be considered non-responsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and clas- sification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract. A, General Engineering If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier’s Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of Fifty Dollars ($50.00) per set. If plans and specifications are to be mailed, the st for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for darification 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, modiflcatlon of or interpretation of any provision in the contract documents will be given by any agent, em- ployee or contractqr of the Clty of Carlsbad except as hereinbefore speclfled. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as herelnbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specifled prevailing rates of wages to all work- 9/l l/O0 Contract No. 3551 Page 7 of 209 ers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, “Subletting and Subcon- tracting Fair Practices Act.” The City Engineer is the City’s “duly authorized officer” for the purposes of.section 4107 and 4107.5. ,- The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site, will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by tlie bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and com- pared 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. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. 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: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($S,OOO,OOO). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5000,000) and does not exceed ten million dollars ($1 O,OOO,OOO). . 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the con- tract exceeds ten million dollars ($1 O,OOO,OOO). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supple- mental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets ex- - teed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authoriting the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. r -. If the bid is accepted, the City may require copies of the insurer’s most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer’s receipt of a request to submit the statements. r- : 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-V ’ 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. - 9f 11100 Contract No. 3551 Page 8 of 209 - . . 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 of the contract used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance cer- tificate must state the coverage is for “any auto” and cannot be limited in any manner. Workers’ compensation insurance required under this contract must be offered by a company meet- ing the above standards with the exception that the Best’s rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers’ wm- 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. The award of the contract by the City Council is contingent upon the Contractor submitting the re- quired bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. 7 The prime contractor and all subcontractors are required to have and maintain a valid City of Carls- bad Business License for the duration of the contract. r Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2001-114, adopted on the 1 OLh day of April, 2001. . Date/ 9/l 1 /oo Contract No. 3551 I LORRAINE M. WOOt@City Clerk I Page 9 of 209 City of Carlsbad May 24,200l ADDENDUM NO. 1 RE: POINSETTIA LANE OVERHEAD WIDENING, Contract No. 3551 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. r ear& RUTH FLETCHER Purchasing Officer RF:jl k Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue l Carlsbad, CA 92008-7314 - (760) 602-2460 - FAX (760) 602-8556 @ CITY OF CARLSBAD “POINSETTIA LANE OVERHEAD WIDENING ” CONTRACT NO. 3551 ADDENDUM NO. 1 The City of Carlsbad issues this Addendum No. 1 to the Contract Documents for the Poinsettia Lane Overhead Widening, Contract No. 355 1. The addendum consists of 3 revised bid sheet pages, this notice and a cover sheet. Contract Document Revisions: 1) Revise Page 15 of 209 which is the first page of Schedule “C” of the Contractors Proposal to change the description of Item No.C-6 to read as - “Construct &inch diameter C900 Class 150 PVC pipe drain line”. Use the attached replacement page. ,- 2) Revise Page 16 of 209 which is the second page of Schedule “C” of the Contractors Proposal to change the description of Item No. C-9 to read as - “Construct the connection to the existing 1 O-inch diameter AC water main”. Use the attached replacement page. 3) Revise Page 18 of 209 which is the first page of Schedule “D” of the Contractors Proposal to change the description of Item No. D-5 to read as - “Construct the two connections to the existing &inch diameter PVC recycled water lines along Poinsettia Lane”. Use the attached replacement page. - CITY OF CARLSBAD CONTRACT NO. 3551 POlNSElTlA LANE OVERHEAD WIDENING CONTRACTOR’S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3551 in accordance with the Plans, Specifications, Sup- plemental Provisions and addenda thereto and that he/she will take in full payment therefor the fol- lowing unit prices for each item complete, to wit: SCHEDULE “A” - ROAD IMPROVEMENTS Approximate Item No. Description Quantity 8 Unit A - 1 Mobilization at zguxw&?p”~- 1 LS A-2 -- A-3 -- - A-4 (9 e-. - A-5 (F) - Dollars (Lump Sum) Clearing a$zzi %a 1 LS fL4whl _ Dollars (Lump Sum) Construction schedule at fLued~ fAoO~nt/‘L “//oo - 1 LS $20,000.00 $ 20,000.00 Stipulated Amount Traffic Control System Including Temporary Railing (Type K), Temporary Traffic Screen, and Crash Cushion Assemblies at &AmheW. u@$&y. Dollars (Lump Sum) 1 LS $23 08b.iXJ Q7E08t4.66 Unclassified Excavation including Pavement, Dike, Curb and Side- walk Removal at 582 CY $ &7$00 $ /&87B.Q3 3 Yg - 4 Dollars per Cubic Yard Unit Price Total $ j6?,oao.~ $ $!qkm-@ - 9/l 1 IO0 Contract No. 3551 Page 10 of 209 - . e.1 .?-- -- _,. .-.- - _ - - Item No. Description Approximate Quantity 8 Unit A-6 (3 IfLFphalt Pavement at /m Dollars per Square Foot A-7 Dollars per Cubic Yard A-0 Asphalt Concrete Pavement at sIz=iiEtirl/ * t%m Dollars per Ton A-9 Type G Curb and Gutter at p&Q&~ u Dollars per Lineal Foot A-10 Modified 8” Type B-l Concrete Median Curb at 4an,~~ Dollars per Lineal Foot A-11 4” PCC Sidewalk per SDRS G-7 at Dollars per Square Foot A-12 Concrete Barrier d Case 1) at ~ah+\l tcn;e e % u “U Dollars per Lineal Foot A-13 Concrete Barrier (Case 2) hf&A”m&Q&e &??$ . /&.+@tp-*J Dollars per Linial Foot A-14 4” Stamped Colored Concrete Median Paving at 5/ ge @g&l Dollars per Square Foot A-15 18” RCP (1350 D) Complete in Place at 9/l l/O0 Contract No. 3551 7656 SF 325 CY 1045 TON 847 LF 1970 LF 4240 SF 498 LF 360 LF 7138 SF 3LF Unit Price Total $ /I 40 $ +xZ.& $ La60 $ A& ma@ $ 78-00 $ ‘73,cm~ $ /5; 60 $ /+7&a $ JO.00 $/87Drc13 $ 3,60 $ J2,720*@ $ /Yr; a7 $5q 920.06 $ ts.00 $562 Es28.00 s /,a@*OQ $ 3, OOQ. 00 Page 11 of 209 - - - - - - - - - - _- - Item No. Description A-16 A-17 A-10 A-19 w A-20 (9 A-21 (9 A-22 A-23 (S) - Approximate Quantitv & Unit Dollars per Lineal Foot 7’ Type “B-2” Curb Inlet per SDRS D-2 at aor& Dollars Each Modify Existing Type “A” Curb Inlet to 9’ Type “A-2” Curb Inlet per SDRS D-l at &eJ!cw&>M /OM +%o Dollars Each Pipe Collar per SDRS D-62 at Dollars Each Street Lights Complete In Place at Traffic Striping, Pavement Mark- ings, Signing and Reflective Pavement Markers at OS&, ccawhd fune+ma Q %OO Dolla% (Lump Sum) 1” Water Sewice Co 5iLw%fd& u/7 d=-& Dollars Each Landscaping Complete In Place Ji.Lm&ti*u5&%~ - Dollars (Lump Sum) Plant Establishment at e/*94+ -7%0~hJ+ “% - ” 1 EA 1 EA $%rn.db $ ~dOO*60 $ z,7bo.A3 $ z,760,00 1 EA 1 LS 1 LS $ &w.oo $ 5a9.00 $I.z,oa3.ao $ zz,Llm.oo $/tg. /9/!60 S/&/9/: 00 1 EA $ 75’0.66 $ 7gzLo0 1 LS .l LS $tgq DLw.a3 $ a, 000. uo $ 8,OOO.OO $ 8,OOO.OO Unit Price Total # 9/l 1 too Contract No. 3551 Page 12 of 209 - Approximate V-- Item No. Descrbtion - Stipulated Amount A - 24 Irrigation Complete In Place at (9 JfhdQ-&~t - &g&&v 2z / Dollars (Lump Sum) A-25 A-26 (9 Class A Field Office at 7bo %c?dpL’ %o - Per Month Erosion control at t(e%oosa7d w % .buantitv & Unit Unit Price Total 1 LS 8 Month 1 LS $/~/rn~oo $ /v/mm $ zm..oo $ A, 0#..0Q $ *~m.oo $ +t90.00 Dollars (Lump Sum) Total _ amount _ of bid in , WO$JS -- Total amount of bid in numbers for Schedule “A”: $ 5zu,4sY. a3 (S): Specialty Item (F): Final Pay Quantity ,- 9/l 1 /oo Contract No. 3551 Page 13 of 209 -. - _- - - I..- *- -- - ..- - - _- - Item No. Descrbtion SCHEDULE “B” - STRUCTURE IMPROVEMENTS Approximate B-l Bridge Removal Portion Complete at CT57&%d e%------- Dollars (Lump Sum) B-2 Structure Excavation, Bridge at (F) &t&%3 Dollars per Cubic Yard B-3 (F) ure Backfill, Bridge at sLLrBpq4/ Aw- v Dollars per Cubic Yard B-4 (S) Furnish St@ Piling (HPlOx57) at e/bh+Q-?ii Dollars per Lineal Foot B-5 (9 Dollars Each B-6 Construct Bridge Widening Com- plete in Place at 5-W A”&.dWhWd h ‘abi,&% +%-o& (Ljump Sum) Q B-7 Construct Concrete Vault for expan- siuon fitting and appurtenant piping Dollars Each Total amount bid in Unit Price Quantitv & Unit Total 320 CY 2207 LF 68 EA $/Do0 $ ~Zb9.00 $ z?-Ob $ ~5m.00 $ 8.60 $ /z i65’6.00 $I,bdb*m $ /oB,m*@ 1 LS wuq 72b.00 $ L/q 7Zd.d) 2EA $ /d,o7+w $29 ON?, 00 for _ Schedule ‘B Total amount of bid in numbers for Schedule ‘B”: $ B3k 964,OO (S): Specialty Item (F): Final Pay Quantity 9/l l/O0 Contract No. 3551 Page 14 of 209 . .- SCHEDULE “C” - POINSETTIA LANE 84NCH DOMESTIC WATER MAIN Item No. Description Approximate Quantity & Unit Unit Price Total C-l c-2 (S) c-3 (S) rc- r Dollars per Lineal Foot c-4 (9 C-5 (S) C-6 (S) Perform exploratory excavation at underground utility crossings and points of connection for the do- mestic water main 7!z.uOtiO~d. hAo&d +7laM+v.mk~%m - Dollars%ump Sum) 1 LS $2,ZZQo $ ~,ZZ5?b~ Construct 8-inch diameter CML and epoxy-coated steel pipe for domestic water from west side to east side of the bridge Dollars per Lineal Foot 204 LF $ /23.b~ $L?g OS?-@ Construct 8-inch diameter CML & mortar coated steel pipe for do- mestic water from STA 15+14:45 to STA 15+22.29 on west side of bridge and from STA 30*38.93 to STA 30+44.57 on east side of 15 LF $ 27Abo $ 9, j70.60 Construct 12-inch diameter C900 Class 150 PVC pipe domestic wa- ter main 57 )rsy /7/j&! 4% d Dollars per Lineal .Foot Construct 12-inch diameter C900 Class 200 PVC pipe domestic wa- ter main Dollars per Lineal Foot Construct 8-inch diameter C900 class 150 PVC pip3 drain line f&#vQbh+ e ho JV 4- w 9/l l/O0 Contract No. 3551 592 LF sH.50 !$J/D,~N?Ad 79 LF $ 600bLs $ ~,~+&~ 110 LF $ 48*@ $ < 280.00 ,‘S eJ, Page 15 of 209 , - Item No. Description c-7 63 c.- 8 6) c-9 (S) c- 10 - 6) c-11 (9 c- 12 (S) .- Construct 14-inch inside diameter epoxy lined and coated steel cas- Dollars per Lineal Foot Construct the connection to the existing 12-inch diameter PVC Construct the connection to the existing 1 O-inch diameter AC 5--‘xJ;rmp-%m Dilad (Lump Sum) Furnish and install a 12-inch resil- ient seat gate valve per Carlsbad Municipal Water District Standard Furnish and install a IO-inch resil- ient seat gate valve per Carlsbad Municipal Water District Standard Dwg. No. WI6 cs;lrq%usd AtzJdmu &&AL4 O&A+ * %c3 Dktla@ka&tf Furnish and construct a 2-inch manual air release valve per Carlsbad Municipal Water District G 9/11/00 Contract No. 3551 Approximate Quantitv & Unit 92 LF $Jd66 $ A? 7Bd..bo 1 LS 1 LS $ 9,94260 $ 2 96J 60 2 EA 2 EA $ /, zw. 60 $ .z 476.60 2 EA s&g@ $3,ow.O0 Unit Price Total R .QL; , Page 16 of 209 - .- - Item No. c-13 w -- Description Furnish and construct a 2-inch blow-off assemply per Carlsbad Municipal Water District Standard Drawing N,o. W-6 , -- - I_ -. c-14 w Furnish and construct a l-inch air release valve and casing seal per &AD& Dollars Each c-15 Abandon and remove existing w disconnect vault, related piping, thrust blocks - Qp&+&b cyn Dollars (Lump Sum) C-16 (9 Construct expansion fitting and appurtenant piping for domestic water line inside of expansion vault and adjacent l&inch inside diameter steel casing piping per Approximate Quantitv & Unit Unit Price Total 1 EA !§~tiao $ gj2650~ 1 EA 1 LS 1 LS $ /,ZM*cd $ /,ZbZ~OU ~.igQ!z?go $ 3,Ooo.Ob $ !z 3/2#00 $ 73/~&3 plan details m%$&d4 Au& ew %a - Dollars (Lump Sum) r Total amount of bid for Schedule “C” in words: B?aL A B/3u+Q%&T u 4 Y 9”/00 - - Total amount of bid for Schedule “C” in numbers: $ /3? 3’74466 - (S): Specialty Item .- - 9/l 1 /oo Contract No. 3551 Page 17 of 209 SCHEDULE “D” - POINSETTIA LANE 84NCH RECYCLED WATER MAIN .- Item No. D-l D-2 w D-3 w D-4 w D-5 (F) D-6 Construct 14-inch inside diameter (S) epoxy lined and coated steel casing f- Description Approximate Quantity 88 Unit Unit Price Total Perform exploratory excavation at underground utility crossings and points of connection for the pro- posed 8-inch recycled water main fkuo z2tAu-4 hudAn& f?fati* f$%m Dolla@‘k&p Sum) 1 LS $ <.%28.60 $ 2,128.@ Construct 8-inch diameter CML & epoxy coated steel pipe for recy- cled water from west to east side of 211 LF $ 42’8.. $az408,ti mars per Lineal Foot Construct an 8-inch diameter CML & mortar coated steel pipe for recy- cled water from STA 44+20.08 to STA 44+22.97 on west side of bridge and from STA 60+39.33 to Dollars per Lineal Foot Construct an 8-inch diameter C900 Class 150 PVC pipe recycled water Dollars per Lineal Foot Construct the two connections to the existing 8-inch diameter PVC recycled water lines along ey&-j J Dollars per Lineal Foot 76 LF 494 LF 1 LS 92 LF s&f@& $ /‘O $69’66 $ 7zm $ 38,03X06 $ 7m~oo $2&?4b 00 Contract No. 3551 Page 18 of 209 .- - Item No. -- D-7 (9 D-8 (S) D-g -- (9 Approximate Description Quantity & Unit Unit Price Total Furnish and install 8-inch resilient 1 EA $43&.00 $ /,3&65 seat gate valves per Carlsbad Mu- nicipal Water District Standard Dollars Each Furnish and construct a l-inch air release and vacuum relief valve and casing seal perplan detail - . 1 EA $A360.40 $ /,3&%.&b Construct expansion fitting and ap- purtenant piping for recycled water line inside of expansion vault and adjacent 14-inch inside diameter Dollars (Lump Sum) 1 LS $ !750&?.. $ z&a06 -- -. Total amount of bid for Schedule “D” in words: m2 ) tzz?m~OH& SmG &7?2 9f- oz - Total amount of bid for Schedule “D” in numbers: $ //oz,/6~6~ (S): Specialty Item *-- 9/l 1 /oo Contract No. 3551 Page 19 of 209 SCHEDULE “E” - POINSETTIA LANE Zl-INCH GRAVITY SEWER - - _- Item No. Description Approximate Quantity & Unit Unit Price Total E-l E-2 (9 E-3 (9 Perform exploratory excavation at underground utility crossings and points of connection for the pro- posed 21-inch ASTM-679 PVC 1 LS Dollars (Lump Sum) 81 LF Dollars per Lineal Foot Construct a 5foot diameter ac- cesshole per Carlsbad Municipal Water District Standard Dwg No. Sl and plan details over existing 21 -inch sewer ,52x 7564. 9t %&7 Dollars Each IEA -- OPENED, WITNESSED AND RECORDED: . +52zs , L&z90 , Total amount of bid for Schedule “E” in words: g&2& 9 K@o Total amount of bid for Schedule “E” in numbers: $ 073,Yn60 d (S): Specialty Item - (F): Final Pay Quantity I . Total amount of bid in words including Schedules “A”,“B” ‘C Total amount of bid in words including Schedules “A”,“B” ‘C ‘D” and ‘E”: ‘D” and ‘E”: #w I s;‘i Aoa& i Aoa& >tkrpj7’/Lj zzawd !h?h9pcxR A-z& zzawd *39pcxR ?tzLdk&w ?tzLdL7&~ c7 c7 Q/ Q/ . . Total amount of bid in numbers Total ;mount of bid in numbers includina including Schedules “A”.“B”. Schedules “A”,“B”, ‘c”. ‘c”, $ (1 d/ii .p+ do The basis of award will be the sum of Schedules “A”,“B”, ‘c”, ‘D” and “E” unless bids for Schedules ._ ‘c”, “D” and “E” Schedule are rejected, in which case the basis of award will be Schedule “A” ((I ‘B” only. *- - Price(s) given above are firm for 90 days after date of bid opening. Addendum(s) No(s) a----- has/have been received and is/are included in this proposal. - 911 l/O0 Contract No. 3551 Page 20 of 209 - .- The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacitypf a contractor within the State of California, validly licensed under license number which expires on A/ is true and correct and has the legal effect of A bid submitted to the licensed as a contractor pursuant to the Busi- ness and Professions Code shall be considered nonresponsive and shall be rejected by the City 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code Q 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no rep resentation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bond or Cashier’s Check) for ten percent (10%) of the amount bid. (Cash, Certifed Check, Bond 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 wmply’with such provisions before wm- mencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Con- tract and agrees to comply with its provisions. 9111 /oo Contract No. 3551 Page 21 of 209 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: - ,- -- - - - - - (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code 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 (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted Herzog Contracting Corp. Vice President (Title) Impress Corporate Seal here - . . . . . . . . . . . . . . . Contract No. 3551 Page 22 of 209 - - -- - - - (3) (4) Incorporated under the laws of the State of Mi ~LII-~ Place of Business 600 S. Riverside Road (Street and Number) City and State St. Joseph, MO 64507 (5) Zip Code 64507 Telephone No. 816-233-9001 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE All-ACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: See attached list - - 9/l 1 /oo Contract No. 3551 Page 23 of 209 c - .- - - - President/Treasurer Executive Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President Vice-President/Secretary Assistant Secretary HEFUOG CONTRACTING CORP. CORPORATE OFFICERS October 31,200O William E. Herzog Stanley M. Herzog Arnold Shipp Randy L. Poggemiller Joseph A. Kneib Alan L. Landes Arthur W. Van Meter George Farris James A. Frasher Robert Crawford Richard Ebersold Ivan E. Bounds Daniel E. Samford Ronald Schmitz William R. Herzog Phillip E. Schieber r - - b -JlERZOG GON - TRRCTI NG GORP. . C 600 S. RIVERSIDE RD. P.O. BOX 1089 ST. JOSEPH, MO 64502 1 PHONE 233-9001 (816) FAX (816) 233-9881 f- F- - State of Missouri 1 County of Buchanan ) WILLIAM E. HERZOG, PRESIDENT On this 7fh day of June in the year 2001, before me personally appeared Randy Poggemiller, Vice President for Herzog Contracting Corp., known to me to be the person who executed the documents within on behalf of Herzog Contracting Corp. and acknowledged to me that he executed the same for the purpose therein stated. ~~~~ Nota#Public (seal) r - - - BID SECURITY FORM (Check to Accompany Bid) - CONTRACT NO. 3551 POlNSEl-lIA LANE OVERHEAD WIDENING - (NOTE: The following form shall be used if check accompanies - __ - .- -. _ ,- Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance cover- age within the stipulated time; otherwise, the check shall be returned to the undersigned. The pro- ceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless oth- erwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) w w 9111 /oo Contract No. 3551 Paae 24 of 209 BIDDER’S BOND TO ACCOMPANY PROPOSAL CONTRACT NO. 3551 POINSEI-I-IA LANE OVERHEAD WIDENING KNOW ALL PERSONS BY THESE PRESENTS: That we, HERZOG CONTRACTING CORP. as Principal, and AlfERICAN HOME ASSURANCE CO?pANy as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) T@n (10%) Percent of aid---for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, succes- sors or assigns, jointly and severally, firmly by these presents. ,.L THE CONDITION OF THE FOREGOtNG OBLIGATfON IS SUCH that if the proposal of the above- bounden Principal for: POlNSETiiA LANE OVERHEAD WIDENING, CONTRACT NO. 3551 T -I.- in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duty enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. . . . -- . . . . , . . . . . . . . . . . . . ‘_ . . . :: ,,. i . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . * . . . . . . . . . <s c !4 ,! /PC- - ^___^^_ 1.1.. 7C’, 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 7th day of June ) 20&. PRINCIPAL: HERZCG CONTRACTING CORP. &7;g;hypp Randy Poartemiller (print name here) _- Vice President, Herzog Contracting (Title and Organization of Signatory} Executed by SURETY this 7th of June ) 20 01 . SURETY: AMERICAN HOME ASSliRANCE COMPANY day (name of Surety) Corp. 70 pine Street; New York, NY 10270 (address of Surety) (212)770-7000 (telephone number of Surety) William R. Herzog . (print name here) /J!$hi& a&l& By: /’ It . - Secretary, Herzog Contracting Corp. (sig’nature of Attorney-in-Fact) (title and organization of signatory) Barbara A. Miller (printed name of Attorney-in-Fact) . . . (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) - (President or vice-president and secretary or assistant secretary must sign for corporations. ff onty 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: By: 1 * ;3 6- Deputy Cib ze y . ,- C3 o/q 4 inn c,mr,-Jr+ hlh ?cLCl --HER70G CONTRRGTING CORP. /- 600 S. RIVERSIDE RD. P.O. BOX 1089 ST. JOSEPH, MO 64502 PHONE (816) 233-9001 FAX (816) 233-9881 WILLIAM E. HERZOG, PRESIDENT State of Missouri > > County of Buchanan } On this 7fh day of June in the year 2001, before me personally appeared William R. Herzog, Secretary and Randy Poggemiller, Vice President for Herzog Contracting Corp., known to me to be the person who executed the documents within on behalf of Herzog Contracting Corp. and acknowledged to me that he executed the same for the purpose therein stated. State of Missouri County of Jackson On this 7th day of June, in the year 2001, before me personally appeared Barbara A. Miller, Attorney-in-Fact for American Home Assurance Company, known to me to be person who executed the within document on behalf of said surety, and acknowledged to me that he/she executed the same for the purpose therein stated. d!!h!&a,n -’ #Jzav-- r\” -“* 4 otary Yubnc LINDA L. f+Nn MOtWy PUXC - NO&jry Seal STATE Of GSSOUAJ Linda L. Nutt State of Missouri Commissioned in Platte County, State of Missouri My Commission Expires: September 25,2003 American Home Assur-ancc Company Satiorlal Lrzioli Fire lrisurauce COrllp;ltly of Pittsburgh, Pa. Prinsipnl Bond Oftice: 70 Pine Street. New York, N.Y. 10770 ‘- !-LSO\\ :\L.I, Yll:s RI’ THESE PRESI:4?‘S: POWER OF ATTORKEY No. 63-B-56334 _---- That :knerica:~ Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa., a Pennsylvania corporation, does each hereby appoint ---J. Douglas Joyce, Jerome J. Rcardon, Eric Van Buskirk, Linda L. Nutt, Barbara A. Miller, Michael T. Kelly: of Kansas City, Missouri--- ---Eugene A. Klein, Thomas P. Latz, Thomas M. English: of Overland Park, Kansas--- --Lawrence S. Kaminsky: of Lenexa, Kansas-- --Christine A. Holloway: of Olathe, Kansas-- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. IN WITNESS N’HEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. have each executed these presents this xday of Ju&, 1999. Vice President, American Home Assurance Company STATE OF NEW YORK ) COUNTY OF NE\v YORK )ss. Oil :il.is 31;t ,iXy of * I999 before me came the above - :IX:IW! oftker of A:IXI kan I-Iome A&&X Compar;y and Xational Union Fire Insurance Company of Pittsburgh, Pa., to me personally known to bc the individual and officer described herein, and i:Zkil3’+‘vlid,LJ 4 IiLL ‘ai i..L. ’ ‘- -xv .l.ured :he foregoicg i.?s:rs!ment and affixvd rhe seals of said corporations thereto by authority of his office. JOSEPH B. ti3ZZ Notary Public, State of N No. IX-NO465275 Qualified in Westchest Zem bqits Jsre 3, CERTlFlCATE Escerpti of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. on May 18, 1976: “RESOI.VEI), that the Chairman ofthe Board. the President, or any Vice President he, and hereby is. authorized to appoint Attorneys-in-Fact to represent and act for alli?! i)ll h<!XllT of [hi, Comply to CY~cLltc bonds. ::ndertaki!~ps, rccngnizar!ces and other contracts of indemnity and witings obligatory in the nature ri:cxcJi: O!,J 1:) ;I:[:‘,.$ +,<rc: 1 i!.< I‘,.,;,<,-; :‘ . I! ,f:” .‘ (‘<,:‘.,;<y., 1, I:3 I\,: :::a,~:s~<: iOii of i!S SUEt\’ bWjPC5S; :_ .., r,:,! .!‘. _!Jl’,,,:, d ; >.;!,s:.:‘$ s:, .1 .’ Ir,.; “;‘:;, L,~‘q$A:) I’.J. i?c‘ r..:;;. ., .:;,j .,.;;., .‘\:‘.,: i “:‘.-\;toirlc]’ I:; :ir a’:) Lwiticatc rcl,~t~n; thcreto‘.by facsimile, and any such Power of Attorney or certificate bearing such f&simile signatures or facsimile seat shall be valid and bindIng upon the Curnpan) when so aftized with respect to any bond, undertaking, recognizance or other contract of indemnity or \;riting obligatory in the nature thereoi‘: “I~ESOI,VF.I), that an) such Attorney-in-Fact dcliverin, 0 a secretarial certification that the foregoing resolutions still be in effwt ma) insert in such certiticatiun the dcitc thcrcof. said date to be not later than the date of delivery thereof by such Attorney-in-Fact.” I. Elizabeth hl. TUC!.., Secretary of American fIome Assurance Company and of National Union Fire Insurance Company of Pittsburgh, Pa do hereby certitj that the foregoing eccrpts of Resolutions adopted by the Boards of Directors of these corporations, and the Po\vers of Attorney issued pursuant thereto, are tru,: wd coi-rcct, anJ that both the Resolutions and the Pobvers of Attorney are in full force and effect. 13 \\ II‘Sl<SS ~~‘IIERk~OF, I have hereunto set my hand and affixed the facsimile seal ofeach corporation -. - this 7th day of June J$4 , - -z!- , Secretary 65166 (4iY6) - - - -m - - .- .- r/- i i b , b /,- 1 - BIDDER’S BOND TO ACCOMPANY PROPOSAL CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD WIDENING KNOW ALL PERSONS BY THESE PRESENTS: d( Thatwe HERZOG CONTRACTING CORP. as Principal, and AMERICAN HOME ASSURANCE COYPANY as Sure& are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten (10%) Percent of Bid---for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, succes- sors 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: POINSETTIA LANE OVERHEAD WIDENING, CONTRACT NO. 3551 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . * . . . . n . . . . . . . 9/l 1 IO0 Contract No. 3551 Paae 2S of 209 - 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 7th day of June 120 01 . PRINCIPAL: - HERZOG CONTRACTING CORP. - Randy Pog+miller. Vice President (print name here) Vice President, Herzog Contracting Corp. (Title and Organization of Signatory) - By: (sign here) - William R. Herzog (print name here) Secretary, Herzog Contracting Corp. (title and organization of signatory) Executed by SURETY this 7th day of June ) 20 01 . SURETY: AMERICAN HOME ASSURANCE COMPANY (name of Surety) 70 Pine Street, New York, NY 10270 (address of Surety) (212) 770-7000 (signature of Attorney-in-Fact) Barbara A. Miller (printed name of Attorney-in-Fact) -- (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certiied by the secretary or assistant seo retary under corporate seal empowering that offtcer to bind the corporation.) - APPROVED AS TO FORM: RONALD R. BALL AX3-’ Deputy City Attorney - Contract No. 3551 Paae 26 of 209 - American Home Assurance Company POWER OF ATTORNEY National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 No. 63-B-56324 - KNOW ALL MEN BY THESE PRESENTS: .- - .lat American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa., a Pennsylvania corporation, does each hereby appoint - ---J. Douglas Joyce, Jerome J. Reardon, Eric Van Buskirk, Linda L. NW, Barbara A. Miller, Michael T. Kelly: of Kansas City, Rlissouri--- ---Eugene A. Klein, Thomas P. Latz, Thomas XI. English: of Overland Park, Kansas--- ---Lawrence S. Kaminsky: of Lenexa, Kansas--- - ---Christine A. Hollonay: of Olathc, Knnsas--- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. - LN \VlTNESS \I’HEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. have each executed these presents this zday of Ju&, 1999. - - Vice President, American Home Assurance Company STATE OF NEW YORK ) COUNTY OF NEW YORK )ss. - On this 21st day of a 1999 before me came the above - smed officer of American Home Assurance Company and National .nion Fire Insurance Company of Pittsburgh, Pa., to me personally known to be the individual and officer described herein, and - acknowledged that he executed the foregoing instrument and affixed the seals of said corporations thereto by authority of his office. JOSEPH B. NOzz0t.l Nciary Public, State of Ne No. Ol-NO465275 Qualified in Westchest Iml !F.wirsrs 4aJb 36 CERTIFICATE Ehccrpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. on May 18, 1976: “RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys-in-Fact to represent and - act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; “RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any - ccrtiticate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertakin,, 0 recognizance or other contract of indemnity or writing obligatory in the nature thereof; - “RESOLVED, that any such Attorney-in-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-in-Fact.” - I, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh. Pa. do hereby certify that the foregoing excerpts of Resohltions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of Attorney are in full force and effect. - IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation - - 65 166 (4196) - - - GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS” AND “DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor dis- closure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Supplemental Provisions to this Contract especially, “Bid”, “Bidder”, “Contract”, “Contractor, “Con- tract Price”, “Contract Unit Price”, ” Engineer, “Subcontractor” and “Work” and the definitions in sec- tion 1-2 of the Supplemental Provisions especially “Own Organization” and “Owner Opera- tor/Lessor.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Supplemental Provisions. CAUTIONS These forms 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 in- formation 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 owner operator/lessors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor or Owner Operator/Lessor who the Bidder proposes to perform work or labor or ren- der service in or about the work or improvement, and every subcontractor or Owner Opera- tor/Lessor licensed as a contractor by the State of California who the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings wn- tained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s to; tal bid or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of busi- ness of subcontractor(s) shall be set forth and included as an integral part of the bid offer. - Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached lf required to accommodate the Contractor’s decision to use more than one Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out. These forms must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Neither the amount, in dollars, of work performed by the Bidder’s own forces (as Contractor) nor the Bidder’s overhead and profit for subcontracted items of the work is included to compute the per- centage of the work performed by Subcontractors or Owner Operators/Lessors. When the Bidder proposes that any bid item will installed by a Subcontractor or Owner Opera- tor/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner Operator/ Lessor must be entered under the columns “Amount of Subcontracted Bid Item Including Subwn- tractor’s Overhead & Profit” or ” Amount of Owner Operator/Lessor Bid Item Including Owner Op- erator/Lessor’s Overhead & Profit ” unless the dollar amount of all work performed by any Subcon- tractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner Opera- tor/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder’s overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed. 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, 9/l 1 /oo Contract No. 3551 Page 27 of 209 shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor, as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor or Owner Operator/Lessor 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 or Owner Operator/Lessor installing said item. - The item number from the “CONTRACTORS PROPOSAL” (Bid Sheets) shall be entered in the “Bid Item No.” column. - - .- .- When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter “NONE” in the appropriate space. 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 en- tered in the location provided on each type of form so duplicated. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. 9/-l 1 too Contract No. 3551 Page 28 of 209 ; ._ - - _ _ / ::; I!“. ..i’ yjE - /. ., $I.. .-.. : r ,. ., .-,. DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid 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. Full Company Name of Subcontractor: ,&&X?Z@~ &MUZKZE Subcontractor’s Location of Business /3/I/ &?MD A&?. Street Address +?ix!dMBH~S CA W&9 - City State Zip *Subcontractor’s Telephone Number including Area Code: ( 760 )+r/9m7 - *Subcontractor’s California State Contractors License No. and Classification: 52’6x//I c-8, H *Subcontractor’s Carlsbad Business License No.: SUBCONTRACTOR’S BID ITEMS* contractor’s Overhea Exolanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. PawL0fZ.4 9 a es of this Subcontractor Designation form l Pursuant to section 4104 (a)(2)(A) Caliiia Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by tie Bidder up to 24 hours after the deadline for submitting bids contained in the Wo- tice Inviting Bids.” 9/l 1 /oo Contract No. 3551 Page 29 of 209 I’. ,. . ;y :: b .::.’ ‘,:‘i:’ . ;: DESIGNATION OF SUBCONTRACiOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid 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. Full Company Name of Subcontractor: /r,ficCMg>c gwEg?&tiG ,fW. Subcontractor’s Location of Business 40. &JX 07Gs Street Address mv!e #- !%LiwG City State Zip *Subcontractor’s Telephone Number including Area Code: ( 9,9 9 )&?6-86/3- *Subcontractor’s California State Contractors License No. and Classification: 68fi95’)1, & ‘Subcontractor’s Carlsbad Business License No.: SUBCONTRACTOR’S BID lTEMS* Exdanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractol’s own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. Page 2 of 4 pages of this Subcontractor Designation form l Pursuant to section 4104 (a)(2)(A) Caliiia Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained In the 7%. tice Inviting Bids,” ?a 9/11/00 Contract No. 3551 Paqe 29 of 209 I 1 L _ _ ! Ki. !!1. ..;: >!C; , ?1<\ -.. i:. _ t-3. DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidders total bid 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. Full Company Name of Subcontractor: c L mTE??flag Subcontractor’s Location of Business /O-&f /Bfl Street Address SP&T& vA.uE)/ ; GY? 9/979 City State Zip *Subcontractor’s Telephone Number including Area Code: _( d/9 )&‘?m 5,394 *Subcontractor’s California State Contractors License No. and Classification: 3“q/.3’33, ca7 *Subcontractor’s Carlsbad Business License .No.: SUBCONTRACTOR’S BID ITEMS’ Exelanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractors overhead and profit for work done by both the Contractor’s and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. Page .? of 7 pages of this Subcontractor Designation form l Pursuant to section 4104 (a)(2)(A) Caliii Public Contract Code. receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the Wet tice Inviting Bids,” q tc 911 l/00 Contract No. 3551 Paae 29 of 209 ;. DESIGNATION OF SUBCONTRACTOR AND h_ AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 3551 POlNSElTlA LANE OVERHEAD The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidders total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. : Full Company Name of Subcontractor: JA- &@v!M &, Z@. Subcontractor’s Location of Business 8641 /z/. /2%X5??& /V& Street Address . ii;. i!‘:;; :!‘i, :‘:: 5;3AJZ& City c-+9 State %?07d-pacr Zip -. *Subcontractor’s Telephone Number including Area Code: ( G/9 ) ~ZZ-ZZXZ- *Subcontractor’s California State Contractors License No. and Classification: Z&J/Y 2, cs *Subcontractor’s Carlsbad Business License No.: X-;, . . . -::r. SUBCONTRACTOR’S BID ITEMS’ I$ I$ IS Is Is % Exdanation: 1;. Column 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. /- Page LI/ of 7 pages of this Subcontractor Designation form l Pursuant to section 4104 (a)(2)(A) Calttia Public Contract Code, receipt of the portions of the information precedecl by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the ‘No- tice Inviting Bids.’ ?a 9/11/00 Contract No. 3551 Paae 29 of 209 *::*;\ _.. r . .- ,.,.: DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidders total bid 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. Full Company Name of Subcontractor: /&X#~!%Zi?@ aA m Subcontractor’s Location of Business /9-,&f //& 7 Street Address k??Miw9 cw !zz333r~3ti City State Zip *Subcontractor’s Telephone Number including Area Code: ( $809 fl?j&-/& I *Subcontractor’s California State Contractors License No. and Classification: ~&&~J@ *Subcontractor’s Carlsbad Business License No.: SUBCONTRACTOR’S BID ITEMS* L . . . umananon: Column 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractoh own forces. Column 4 - The dollar amount of the Contractofs overhead and profit for work done by both the Contractots and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2,3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. Page 7 pages of this Subcontractor Designation form 5 of l Pursuant to section 4104 (a)(2)(A) Caliii Public Contrad Code. receipt of the portions of the information preceded by an astertsk required on this dccwnent may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained In the Wo- tica Inviting Bids.’ ?a 9/11/00 Contract No. 3551 Paae 29 of 209 / ‘_ .A. _- _ _ I !i; :!‘:;, .:;;;c - I. ‘, >x. . . . *.ir .’ : :. DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidders total bid 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. Full Company Name of Subcontractor: 0&33&Z && S777ZH.G 5s &ZC. Subcontractor’s Location of Business /.@ Jc? /tXUV SI’: Street Address O&&f= 5m&? City State Zip *Subcontractor’s Telephone Number including Area Code: ( !71u U#-+s0 *Subcontractor’s California State Contractors License No. and Classification:3~0~~ @q $a2 c3/ *Subcontractor’s Carlsbad Business License No.: SUBCONTRACTOR’S BID ITEMS* Exolanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractoh own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. Page 7 pages of this Subcontractor Designation form 4 of l Pursuant to section 4104 (a)(2)(A) Caliiia Public Contract code, receipt of the portkms of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the WC+ tice Inviting Bids.” -c7 9/l l/O0 Contract No. 3551 Paae 29 of 209 ; ‘:_ . !.. _ _ I ::;. . .:p .- !_ ‘,. .::e. . . . :.. Y.-Y : “2 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidders total bid 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. Full Company Name of Subcontractor: /?&H&u &!!A Subcontractor’s Location of Business /?o -.&d y u&P *Subcontractor’s *Subcontractor’s *Subcontractor’s Street Address 5al93 State Zip Telephone Number including Area Code: ( 8s*c’ )so-///I - California State Contractors License No. and Classification: 6686 73 fl,B cz/ Carlsbad Business License No.: SUBCONTRACTOR’S BID lTEMS* contractor’s Overhead 8 Exdanation: Column 1 - Bid Item No. from the bid proposal. pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. Page 9 pages of this Subcontractor Designation form 7 of I. l Pursuant to section 4104 (a)(2)(A) Caliiia Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the ?Jo- tice Inviting Bids.” ?a 9/11/00 Contract No. 3551 Page 29 of 209 i 2. - L _. _ ! ! I:; . I!“. ..‘I p:i.;t _- i. ‘, .x. -.. . ..-. ‘, ‘2 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR‘S BID ITEMS CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: #???Ksnu &-&rn~A Subcontractor’s Location of Business /J&7 M?49dD 84-w. Street Address /G?uLmv CH 92okw City State Zip *Subcontractor’s Telephone Number including Area Code: ( ,G /P ) &$-Z772- *Subcontractor’s California State Contractors License No. and Classification: 739&39, k, c-8 *Subcontractor’s Carlsbad Business License No.: SUBCONTRACTOR’S BID ITEMS’ contractor’s Overhead 8 tractor Excluding Over- head 8 Profit , kw4 $ 37 6$1.oa Is 3, ! WLOO IS 0 $ I$ I% L Exdanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractoh own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub contractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. Page 8 of pages of this Subcontractor Designation form 7 l Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the We tice Inviting Bids.” '7 911 l/O0 Contract No. 3551 Page 29 of 209 DESIGNATION OF SUBCONTRACTOR AND . L AMOUNT OF SUBCONTRACTOR’S BID ITEMS CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD -- _ : The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid 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. Full Company Name of Subcontractor: .5tG%k53f AEzEzm~C zwc - Subcontractor’s Location of Business /O-&Y /WY Street Address 5 . I?-;: :f,;;G 5i32?4??i ILA~~~V c/9 9m79 City State Zip *Subcontractor’s Telephone Number including Area Code: ( d/9 )&O-&60- *Subcontractor’s California State Contractors License No. and Classification:2 9703% c-/o, 4 c-3/ +::-;\ -.. .i.. L- ‘Subcontractor’s Carlsbad Business License No.: SUBCONTRACTOR’S BID ITEM* Bid Amount of Subcontracted Amount of Work In Bid Bid Item Including Sub- Overhead 8 Profit In Exolanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. Column 2 - The dollar amount of the item to be peconned by the Subcontractor. - - ..;. Column 3 - The dollar amount of the item to be pertormed by Contractors own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 20, inclusive. Page 5 of 9 pages of this ~ubwntractor Designation form -- l Pursuant to section 4104 (a)(2)(A) Caliiia Public Conwct Code, receipt of the portions of the information preceded by an astedsk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids attained In the % tice Inviting Bids.” v3 9/11/00 Contract No. 3551 Paae 29 of 209 -- - - DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK CONTRACT NO. 3551 POlNSElTlA LANE OVERHEAD WIDENING NotiE The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in pre- paring this bid for the Work and that the listed Owner Operator/Lessor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifi- cations and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the Owner Operator/Lessors listed work will be made except upon the prior approval of the Agency. Full Owner Operator/Lessor Name: Owner Operator/Lessor Location of Business Street Address City State *Owner Operator/Lessor Telephone Number including Area Code: ( *Owner Operator/Lessor City of Carlsbad Business License No.: Zip 1 M - OWNER OPERATOR/LESSOR WORK ITEMS torILessor Bid Item In- &ding Owner Opera- tar/Lessor’s Overhead & Item Performed by Con- Overhead & Profit In Bid tractor Excluding Over- head & Profit Mumn 1 - Bid Item No. from the bid proposal, pages 10 through 20, inclusive. blumn 2 - The dollar amount of the item to be performed by the Owner Operator/Lessor. :olumn 3 - The dollar amount of the item to be performed by Contractor’s own forces. blumn-4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contmctol’s and the ‘ ,. . I . . . . uwner uperaronLassors forces on me Kern. Total dollar amount of Columns 2,3, and 4 must pages 10 through 20, inclusive. be equal to the dollar amount in the bid priCEI of the item on bid Proposal kxdanation: Page / of 1 pages of this Owner Operator/Lessor form l Pursusnt to section 4104 (aX2XA) CalWomia FWic Contract Code, receipt of the potlkms of the infom?stion pmceded by an aHerisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for subrnifflng bids contained in the % tice Inviting Bids.” 9/l 1 IO0 Contract No. 3551 Page 30 of 209 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CONTRACT NO. 3551 POlNSE?TlA LANE OVERHEAD WIDENING Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submit- ted under separate cover marked CONFIDENTIAL. See attached financial statements 9/l 1 too Contract No. 3551 Paqe 31 of 209 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Name and Address Name and Phone No. of Person BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CONTRACT NO. 3551 POlNSElTlA LANE OVERHEAD WIDENING 9/l 1100 Contract No. 3551 Paae 32 of 209 - . - >- - - - . - vi 0 B% ‘5 $i WV, -22 -0 33 5x”, pam =.E $a m 2 P” EoE -L-C zys2 cj~~¶ WWon pzo 0 2roa* iZOZ13 8 d d v) ” 5 p 2 wO d - 2,” 001 $a ZV .5! . &El a- .' CIQ L--c rcz - - z .z 5 i; z d 2 .3” E .- c z 2 =- am z y+ lz- .- v) 2 .5 0.X 3” “zj b P L--b PC- 2 .s 08 gB d z, ES u-l .z ri3 -0 $ 0 sm .= 5 z Q4! i?E zs 2: 88 2 .= n2 gri me 5 c-2 a o .z E ‘L: = 0 ms 0 = m-0 E t;+=y -2 E g 0 +A b-0 V CO bs 552 2 ‘S 2 r,Y m EO= m g .z - - - - ._- BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD WIDENING As a required part of the Bidders proposal the Bidder must attach either of the following to this paw. 1) Certificates of insurance showing conformance with the requirements herein for each of: 0 Comprehensive General Liability 0 Automobile Liability 0 Workers Compensation •I Employers Liability 2) Statement with an insurance carriers notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insuran’ce for Comprehensive .General Liability, Automobile Liability, Workers Compensation and Employers Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. .-. 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, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance wm- pany 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. The auto insurance cer- tificate must state the coverage is for “any auto” and cannot be limited in any manner. # 9/l 1 /oo Contract No. 3551 Page 33 of 209 ACORD, CERTIFICATE OF LIABILITY lNSURANC~,;p~ D( oAf;I;Md;;l PRODUCER Thomas McGee, L.C. p_OO Broadway, Suite 600 188s City MO 64105 --iane:816-842-4800 Fax:816-472-5018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A: Zurich American* INSURER B: American Guarantee k& Liab Ins Herzog Contractin 600 S Riverside R 3 Corp. INSURER C: P 0 Box 1089 St Joseph MO 64502-1089 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ‘E TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION OATE (MM/DLl/YY) DATE (MMIOONY) LIMITS GENERAL LIABILITY A i I COMMERCIALGENERALLIABILITY AC02948851-00 06/01/01 06,'01/02 CLAIMSMADE X OCCUR r GEN’L AGGREGATE LIMIT APPLIES PER: ! POLICY 1 X I J’E”c”; i , LOC i AUTOMOBILE LIABILITY r B I ‘iANYAUTo BAP9280799-00 06/01/01' 06/01/02 ,I ALL OWNED AUTOS SCHEDULED AUTOS I i HIRED AUTOS EACHOCCURRENCE p 2,000,000 FIRE DAMAGE (Any one fire) $ 100,000 MED EXP (Any one person) Is 10,000 PERSONAL 8 ADV INJURY 9 2,000,000 GENERAL AGGREGATE 1s 3,000,000 PRODUCTS-COMP/OPAGG I S 3,000, 000 i NON-OWNEDAUTOS COMBINED SINGLE LIMIT (Ea accident) ~s2,000,000 / BODILY INJURY (Per person) BODILY INJURY (Per accident) - I GARAGE LIABILITY r _ PROPERTY DAMAGE (Per acadent) t AUTO ONLY - EA ACCIDENT $ 1 -1 ANYAUTO ~ OTHER THAN EAACC $ ~ AUTO ONLY: ~- I AGG S EXCESS LIABILI’IY B X OCCUR ~ : CLAIMS MADE ~ i DEDUCTIBLE AU0848362503 06/01/01 06/01/02 EACH OCCURRENCE 'rs1,000,000 AGGREGATE ,91,000,000 i$ s x RETENTION s10000 s I WORKERS COMPENSATION AND WC STATU TORY LlMliS UTH ER- EMPLOYERS LIABILITY E.L. EACH ACCIDENT p E.L. DISEASE - EA EMPLOYEEi 5 r--~ 1 E.L. DISEASE - POLICY LIMIT i $ OTHER IESCRIPTION OF OPERATlONS/LOCATlONSNEHlCLESlEXCLlJSlONS ADDED BY ENDORSEMENT/SPECIAL PROVlSlONS Re: Poinsettia Lane Overhead Widening, Contract #3551. City of Carlsbad, its officials, employees & volunteers are named as additional insured hereunder as respects liability arising out of activities performed by or on behalf o f the Named Insured. Coverage under this policy is primary insurance as respect the City. CERTIFICATE HOLDER Y ~ ADDITIONAL INSURED: INSURER LETTER: _ CANCELLATION CARLCAZ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOI DATE THEREOF. THE ISSUING INSURER WlLL ENDEAVOR TO MAIL & DAYS WRITTEN Ii- City of Carlsbad CA City Clerk 1635 Faraday Avenue Carlsbad CA 92008-7314 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 254 (7197) OACORD CORPORATION 1988 POLICY NUMBER: AC02948851-00 Commercial General Liability CC20100397 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Re: Poinsettia Lane Overhead Widening, Contract #355 1. City of Carlsbad, its offtcials, employees & volunteers are named as additional insured hereunder as respects liability arising out of activities performed by or on behalf o f the Named Insured. Coverage under this policy is primary insurance as respect the City. Insurance provided is primary and non-contributory. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Who Is An Insured (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. It is agreed that such insurance as if afforded by this policy for the benefit of the Additional Insured (s) shall be Primary Insurance as respects any claim, loss liability arising directly from the Named Insured (s) operations and any other insurance maintained by the Additional Insured (s) shall be excess and non contributory with the insurance provided hereunder. In the event of any payment under this policy, we waive our right of recovery against any principal for whom the insured is operating under a written contract when such contract requires a waiver of subrogation. Named Insured: Herzog Contracting Corp. Effective Date: 06-O 1-O I CG 20 10 03 97 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 1 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) ACORD_ CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYY) PRODUCER Senal# Al3f8 TH N ACIG INSURANCE AGENCY, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 12222 MERIT DRIVE, SUITE 1660 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. -OALLAS, TX 75251-0000 j72) 702-9004 INSURERS AFFORDING COVERAGE INSURED -. HERZOG CONTRACTING CORPT- INSURERA: AMtt=KZAN RISK I-UNUING INS co . . -- DAVID MOONEY INSURER 8: USb?,G --.- P. 0. BOX 1089 INSURER C: ST. JOSEPH, MO 64502-0000 INSURER D: I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NPE OF INSURANCE POLICY NUMBER GENERAL LlABlLlN 1 b&L AGGREGATE LIMIT APPLIES PER: / I POLICY J’E”c”; LOC I ALL OWNED AUTOS ?_; SCHEDULED AUTOS HIRED AUTOS 4 NON-OWNED AUTOS - c----- i ~ I GARAGE LIABILIN r ANY AUTO BODILY INJURY $ 1 BODILY INJURY (Per acddent) s PROPERTY DAMAGE (Per accident) 5 AUTO ONLY - EA ACCIDENT S OTHER THAN EAACC t AUTO ONLY: AGG D EXCESS LIABILITY EACH OCCURRENCE s OCCUR r: CLAIMS MADE AGGREGATE 0 $ DEDUCTIBLE I RETENTION $ I ~ WORKERS COMPENSAnON AND ~WCDOl00088 06/01101 + A EMPLOYERS’ LIABILITY ~WCROl00071 06/01101 S 06101/02 VVLSIAI" x TORY LIMIT; I “II-4 ER- 06/01/02 E.L. EACH ACCIDENT j $ 1 ,0007000 A ~ D093W00004 06101/01 06/01102 E.L. DISEASE - EA EMPLOYEE S ~,~~~,~~~ B E.L. DISEASE - POLICY LIMIT S 1 ,~oo,o~o OTHER __-- DATE (MMIDDNY) UMTS EACHOCCURRENCE t I FIRE DAMAGE (Any me fire) ~ $ / MED EXP (Any one person) S PERSONAL & ADV INJURY $ GENERAL AGGREGATE s PRODUCTS - COMPIOP AGG $ COMBINED SINGLE LIMIT L L CERTIFICATE HOLDER 1 1 ADDInONAL INSURED; INSURER LElTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE mmAn0N CITY CLERK, CITY OF CARLSBAD DATE THEREOF, THE ISSUING INSURER WlLLWXD[MAIL 30 DAYS WRITlEN 1635 FARADAY AVENUE NOnCE TO THE CERTIFKZATE HOLDER NAMED TO THE LEFT--H CARLSBAD, CA 92008-7314 --KBK -m~~xDPOPIO)OBOIISUR pI(Ic-KlxmK I 1 1 , IESCRIPnON OF OPERATlONS’LOCAnONSHCLESIEXCLUslONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ‘OINSETTIA LANE OVERHEAD WIDENING, CONTRACT #3551 NAIVER OF SUBROGATION APPLIES AS REQUIRED BY CONTRACT ARK FARMER ACORD CERTIFICATE OF LIABILITY INSURANCE #I7 DATE (MMIDDA’Y) Iy 06/06/2001 ACIG INSURANCE AGENCY, INC. 12222 MERIT DRIVE, SUITE 1660 iLLAS, TX 75251-0000 ,972) 702-9004 DAVID MOONEY P. 0. BOX 1089 ST. JOSEPH, MO 84502-0000 INSURER B: USF&G INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWlTHSTANDlNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. lNSR LTR TYPE OF INSURANCE POLICY NUMBER p-t roux DATE (YMIDDiW) DATE (MMn,DDm) LlMrrs GENERAL UABlUN COMMERCIAL GENERAL LIABILITY f CLAIMS MADE m OCCUR GEN’L AGGREGATE LIMIT APPLIES PER: t-l POLICY I !% I-lLOC 1 EACH OCCURRENCE 1 $ 1 FIRE DAMAGE (Any one fire) 1 $ MED EXP (Any one person) $ PERSONAL & ADV INJURY S GENERAL AGGREGATE S 1 PRODUCTS - COMPKIP AGG / J AUTOMOBILE UABILIPI ANY AUTO AU OWNED AUTOS SCHEDULED AUTOS COMBINED SINGLE LIMIT s (Ea accknt) BODILY INJURY (Per person) S HIRED AUTOS NON-OWNED AUTOS BODILY INJURY (Per accidenl) S PROPERTY DAMAGE (Per acdc!wq S GARAGE LIABIUTY AUTO ONLY - EAACCIDENT S ANY AUTO OTHER THAN EAACC S I AUTO ONLY: AGG 5 EXCESS LlABlUN EACH OCCURRENCE S OCCUR I CLAIMS MADE AGGREGATE S S DEDUCTIBLE RETENTION S WORKERS COMPENSATION AND ,q EMPLOYERS UABIUN A B OTHER WCDOI 00088 06/01101 WCROI 00071 06/01/01 D093W00004 06/01/01 S S 06/01 I02 I wLb,A,U x / TORY LIMITi “II-I ER- 06/01102 E.L. EACH ACCIDENT 8 1 ,ooomo 06/01102 E.L. DISEASE - EA EMPLOYEE S 1 ,uuu,uuu b E.L. DISEASE -POLICY LIMIT S I 3 I I I I DESCRIPTION OF OPERATlONS/LOCAllONSHlCLES/EXCLUSloNS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS I FOR BIDDING PURPOSES - CONTRACT NO. 3551- POINSETTIA LANE OVERHEAD WIDENING CERTIFICATE HOLDER / ) ADDITIONAL INSURED; INSURER LEllER: CANCELLATION 1 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WlLL ENDEAVOR TO MAIL 3o DAYS WRllTEN .- CITY OF CARLSBAD r4oncE To THE cERnFicATE HOLDER NAMED To ME LEFT, BUT F~LURE ~0 DO So SHALL I FARADAY CENTER IMPOSE NO OBLIGATION OR UABIUN OF ANY KIND UPON THE INSURER, ITS AGENTS DR 1635 FARADAY AVE. CARLSBAD, CA 92008-7314 REPRESENTATIVES. AUTHORIZED REPRESENTATlVE OF ARTEX INSURANCE AGENCY, INC. TQ- MARK FARMER I I I I . (77 1988 American Risk Funding Insurance Company May 9,200l r - r- Mr. Dave Mooney Contract Administrator Herzog Contracting Corp. P.O. Box 1089 St. Joseph, MO 64502-l 089 Re: City of Carlsbad for Poinsettie Lane Overhead Widening Contract No. 355 1 SDNR OH BR233.7 Dear Dave: This letter is to attest the fact that American Risk Funding Insurance Company has, upon payment of fees and/or premiums by Herzog Contracting Corporation, issued to Herzog Contracting Corporation a policy of insurance for Workers Compensation and Employers Liability in conformance with requirements herein and certificates of insurance to the Agency showing conformance with the requirements herein. Sincerely, Az;z Max Lewels, ARM Account Executive ML:jg:88047C THE STATE CP ‘IEX?S COUNTY OF DALLAS BEFORE ME, the undersigned authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument and, being by me first duly sworn, upon oath declared that the statements and capaci - .-. - which witness m E-Mail Address MELewels@ACIG.com 12222 Merit Drive l Suite 1660 l Dallas, Texas 75251 l (972) 702-9004 Fax: Main 687-0601 . Claims 687-0602 l Exe/Acct. 687-0603 l RMS/AIMS 687-0604 l 20016 !4.D., to certify Safety 687-0605 Iv d L Thomas McGee, L.c. INSURANCE AGENCY l SINCE 1910 May 31,200l City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 Re: Poinsettia Lane Overhead Widening / City of Carlsbad - Contract # 3551 To Whom it May Concern, We are the insurance agent for Herzog Contracting Corp. for all coverages except Workers Compensation. I have reviewed the insurance requirements as outlined in the bid specifications for the above-mentioned project. We do have the ability to issue comprehensive general and auto liability insurance in conformance with the requirements in the bid specifications. .- We can issue certificates of insurance showing conformance with these requirements. If you have any questions about the insurance program of Herzog Contracting Corp. please feel free to contact me at l-800-423-9044. Sincerely, Eric Schneider Account Executive -_ .- -- - 1) 2) BIDDER’S STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD WIDENING Have you or any of your subcontractors ever been debarred as an irresponsible bidder by an- other jurisdiction in the State of California? yes X no If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of de- barment(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 r - -- BY CONTRACTOR: Herzog Contracting Corp. (name of Contractor) Randy Poggemillk, Vice President (print name/title) Paw - of pages of this Re Debarment form Contract No. 3551 Page 34 of 209 BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CONTRACT NO. 3551 POlNSElTlA LANE OVERHEAD WIDENING Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. 1) 2) -- 3) __ - 4) _- _.._ 5) - Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period?, X yes no Has the suspension or revocation of your contractors license ever been stayed? x yes no Have any subcontractors that you propose to perform any portion of the Work ever had their contrac- tor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? x yes no Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? x yes no If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disci- plined, the date of and violation that the disciplinary action pertain to, describe the nature of the viola- tion and the disciplinary action taken therefor. - (If needed attach additional sheets to provide full disclosure.) - Page I’ of 2 pages of this Disclosure of Discipline form Contract No. 3551 Page 35 of 209 BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CONTRACT NO. 3551 POINSETTIA LANE OVERHEAD WIDENING 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. - - ..- - .- (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Herzog Contracting Corp. -.- ByI. - qeF+- .- Randy PomwCller, Vice President (print name/title) - I-. Page d of d pages of this Disclosure of Discipline form - Contract No. 3551 Page 36 of 209 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CONTRACT NO. 3551 POlNSElTlA LANE OVERHEAD WIDENING - ..-- State Of (ZMb#Wssouri ) ) ss. Countyof Buchanan 1 . Herzog Contracting Corp. (Rand" Pmpr) t being first duly sworn, deposes (Name of Bidder) and says that he or she is Vice President (Title) of Herzog Contracting Corp. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undis- closed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bid- der to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly. or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organi- zation, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was exe- cuted on the 7th day of June ) 2001 . - Subscribed and sworn to before me on the 7th day of June ,20 01 . (NOTARY - e 9111 too Contract No. 3551 Page37cf209 CONTRACT PUBLIC WORKS This agreement is made this 20 fk day of &Sd54 2001 , byand be- tween the City of Carlsbad, California, a municipal wrpo&ion, (hereinafter called “City”), and HERZOG CONTRACTING CORPORATION whose principal place of business is 600 SOUTH RIVERSIDE ROAD, ST JOSEPH. MO 64507 called “Contractor”). (hereinafter City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: The work includes the widening of the Overhead Crossing on Poinsettia Lane between Carlsbad Boulevard and Avenida Encinas. The project will widen the existing structure and subsequent adja- cent roadway from two-lanes of travel to four-lanes of travel, including bike lanes and sidewalks on either side. The project includes improvements to the storm drain, sewer, recycled water, and pota- ble water facilities. The improvements also include a planted stamped concrete median. (hereinafter called “project”) .,- 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor’s Proposal, Bidder’s Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder’s Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifica- tions, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemen- tal Provisions, and all proper amendments and changes made thereto in accordance with this Con- tract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, specified, and implied by the Contract Documents. Any items of work not indicated or speci- fied, but which are essential to the completion of the work, shall be provided at the Contractor’s ex- pense to fulfil1 the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City’s decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. _. 4. Payment. For all compensation for Contractor’s performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2000, and supplements thereto, hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental 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. 911 l/O0 Contract No. 3551 Page 38 of 209 5. Independent Investigation. Contractor has made an independent investigation of the job- site, 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 overwme underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor’s convenience only, and City does not warrant that the wn- ditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally rewgnized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor’s costs of, or the time required for, performance of any part of the work shall issue a change order under the proce- dures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially dif- fer, 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 sched- uled 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-l 525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for em- ployment of all agents, employees, subcontractors, and consultants that are included in this Con- tract. - 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and # 9/l 1 /oo Contract No. 3551 Page 39 of 209 indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in wn- nection with the performance of the Contract or work; or from any failure or alleged failure of Con- tractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitra- tion, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the con- tract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the wn- tract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests sepa- rate counsel. IO. Insuran’ce. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City’s policy for insurance as stated in Resolution No. 91-403. (A) Coverages and Limits Contractor shall maintain the types of wverages and minimum limits indicted herein: a. Comprehenslve General Liability Insurance: $l,OOO,OOO combined single limit per occur- rence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggre- gate in the amounts specified shall be established for the risks for which the City or its agents, offi- cers or employees are additional insured. b. Buslness Automobile Liablllty Insurance: $1 ,OOO,OOO combined single limit per accident for bodily injury and property damage. In addition, the auto policy must wver 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. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. Workers’ Compensation and Employers’ Liablllty Insurance: Workers’ compensation limits is required by the Labor Code of the State of California and Employers’ Liability limits of $l,OOO,OOO per incident. Workers’ compensation offered by the State Compensation Insurance Fund is accept- able to the City. d. Insurance to Satisfy NCTD Right of Entry Permit: The bidders attention is directed to the sample NCTD Right of Entry Permit in Appendix ‘A’ for additional insurance requirements. A portion of the insurance requirements included in the sample NCTD Right of Entry Permit are listed below. (See sample NCTD Right of Entry Permit for definition of words in CAPITAL letters). Liabilitv Insurance. a) PERMITTEE, at PERMITTEE’s sole cost and expense, shall procure and maintain the following commercial general liability and automobile liability insurance: 911 l/00 Contract No. 3551 Page 40 of 209 - - 1) Coveraae. Coverage for commercial general liability and automobile liability insur- ance shall be at least as broad as the following: (i) Insurance Services Office Commercial General Liability Cover- age (Occurrence Form CG 0001). 2) Insurance Services Office Automobile Liability Coverage (Form CA 0001) covering Symbol 1 (any auto). (i) Limits. PERMITTEE shall maintain limits no less than the fol- lowing: (ii) General Liability. Ten million dollars ($lO,OOO,OOO) per occur- rence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply to the ROW (with the IS0 CG 2503, or IS0 CG 2504, or insurer’s equivalent endorsement provided to BOARD) or the general aggregate limit shall be twice the required occur- rence limit. 3) Automobile Liabilitv. One million dollars ($l,OOO,OOO) for bodily injury and propertv damaae each accident limit. (0 (ii) (iii) kequirgd Provisions. The general liability and automobile liabil- ity policies are to contain, or be endorsed to contain the follow- ing provisions: BOARD, its directors, officers, employees, contractors, agents or authorized volunteers are to be named as additional insur- eds as respects liability arising out of PERMITTEE’s operations and activities or automobiles owned, leased, hired or borrowed by PERMITTEE. The coverage shall contain no special limita- tions on the scope of protection afforded to BOARD, its direc- tors, officers, employees, agents or authorized volunteers. For any claims arising from PERMITTEE’s operations or activi- ties, PERMITfEE’s insurance shall be primary insurance to BOARD, its directors, officers, employees, contractors, agents or authorized volunteers. Any insurance, self-insurance or other coverage maintained by BOARD, its directors, officers, employees, agents or authorized volunteers shall not contribute to it. (iv) of) (vi) (vii) Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect cover- age provided to BOARD, its directors, officers, employees, con- tractors, agents or authorized volunteers. PERMITlEE’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with re- spect to the limits of the insurer’s liability. Each insurance policy required by this clause shall state or be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days (10 days for non-payment of premium) prior written notice by U.S. mail has been given to BOARD. Such liability insurance shall indemnify against loss from liability imposed by law for damages on account of bodily injury (in- cluding death), property damage, and personal injury. (viii) The general liability policy shall cover bodily injury and property damage liability, owned and non-owned equipment, and blanket contractual liability. (ix) The automobile liability policy shall cover all owned, non- 9/l l/O0 Contract No. 3551 Page 41 of 209 owned, and hired automobiles. (x) All policy or endorsement limitations relating specifically to op- erations on or near railroad property or track shall be elimi- nated. (xi) All of the insurance shall be provided on policy forms and through companies reasonably satisfactory to BOARD. (xii) Acceptability of Insurers. Insurance is to be placed with insur- ers having a current A.M. Best rating of no less than A-, VII or equivalent or as otherwise approved by BOARD. 4) Workers’ Comoensation and Employer’s Liability Insurance. PERMIT-TEE shall cover or insure under the applicable laws relating to workers’ compensation insurance, all of their employees working on or about the ROW, all in accordance with the “Workers’ Compensation and In- surance Act,” Division IV of the Labor Code of the State of California and any Acts amendatory thereof. PERMITTEE shall provide employers liability insurance in the amount of, at least, $l,OOO,OOO per accident for bodily in- jury and disease. 5) Evidences and Cancellation of Insurance. Prior to execution of the per- mit, PERMITTEE shall file with BOARD a certificate of insurance signed by the insurer’s representative. Such evidence shall also include confirmation that coverage includes or has been modified to include Required Provisions as set forth in Article 3)(i) above. PERMITTEE shall, upon the reasonable demand of BOARD, deliver to BOARD such policy or policies of insurance. 6) Workers’ Compensation Insurance. By his/her signature hereunder, PERMITTEE certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and it will comply with such provisions in connection with any work performed on the Site. Any persons providing services with or on behalf of PERMITTEE shall be covered by workers’ compensation (or qualified self-insurance). (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 In- surance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities perfomted by or on behalf of the Contractor, products and completed operations of the contractor; premises owned, leased, hired or borrowed by the wntrac- tor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording gen- eral liability, and employers’ liability coverage. b. The Contractor’s insurance coverage shall be primary insurance as respects the City, its offi- cials, employees and volunteers. Any insurance or self-insurance maintained by the City, its offi- cials, employees or volunteers shall be in excess of the contractor’s insurance and shall not wntrib- /- ute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 9/l 1 too Contract No. 3551 Page 42 of 209 - 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 liabil- ity. (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 cover- age or limits except after thirty (30) days’ prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured re- tention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subwn- tractors 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-:V. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or un- der the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorse- ments for each insurance policy are to be signed by a person authorized by that insurer to bind wv- erage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor’s bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter I, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is in- cluded in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in antici- pation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. 9/l 1 too Contract No. 3551 Page 43 of 209 (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 sub- mits 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 informa- tion. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to rewver its litigation costs, including attorney’s fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subwntrac- tor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. A I have read and understand all provisions of Section 11 above. @J init w init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Ar- ticle 2, of the Labor Code. If the Contractor does not maintain the records at Contractor’s princi- pal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier’s check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation es- tablished by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 9/l l/O0 Contract No. 3551 Page 44 of 209 - 16. Additional Provisions. Any additional provisions of this agreement are set forth in the “General Provisions” or “Supplemental Provisions” attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: By: y (sign here) Rlillip E. schihr, AFist; &szetary (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: 1313- Deputy Cit#Ittomey 9/l 1 /oo Contract No. 3551 Page 45 of 209 ,JERZOG GONTRACTING GORP. I I 600 S. RIVERSIDE RD. P.O. BOX 1089 ST. JOSEPH, MO 64502 PHONE (816) 233-9001 FAX (816) 233-9881 WILLIAM E. HERZOG, PRESIDENT State of Missouri > > County of Buchanan ) .- 0n this 7fh day of August in the year 2001, before me personally appeared Randy Poggemiller, Vice President and Phillip E. Schieber, Asst. Secretary, known to me to be the persons who executed the documents within on behalf of Herzog Contracting Corp. and acknowledged to me that he executed the same for the purpose therein stated. (seal) BOND#24-43-60 LABOR AND MATERIALS BOND /-’ WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2001-217 adopted JUIY 24- 7001 HERZOG &RACTING CORP. , has awarded to HERZOG CONTRACTING CORPORATION (hereinafter designated as the “Principal”), a Contract for: POINSETTIA LANE OVERHEAD WIDENING, CONTRACT NO. 3551 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorpo- rated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. HERZOG CONTRACRNG CORP. NOW, THEREFORE, WE, HERZOG CONTRACTING CORPORATION , as AMERICAN HOME Principal, (hereinafter designated as the “Contractor”), and ASSURANCE CoMpdNY as Surety, are held firmly bound unto the City of Cartsbad in the sum of ONE Ml LLI ON SIX SEVENTY FOUR AND HUNDRED TWENTY SEVEN THOUSAND THREE HUNDRFD/ I NC/Or)--Dollars .- ($ 1,627,374.00 ) said sum being an amount equal to: One hundred percent (100%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable does not exceed five million dollars ($S,OOO,OOO) or, Fifty percent (50%) of the total estimated amount payable under said contract by the City of Cartsbad under the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($lO,OOO,OOO) or, Twenty-five percent (25%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract if the contract exceeds ten million dollars ($lO,OOO,OOO) 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 person or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the per- formance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, 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 Un- employment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney’s fees, to be fixed by the court, as re- quired by the provisions of section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082). Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall Q/l 1 /OO Contract No. 3551 Page 46 of 209 affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, al- terations or addition to the terms of the contract or to the work or to the specifications. - In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of 920 * CONTRACTOR: HERZOG CONTRACTING CORP. (name of Contractor) (print name here) J Y/~&J 0~4 - bh P/-QJ . . matl .- fi;,I,.$ g S&i& (print name here) P/ 307 (ta~4/aF**;Y Pbip- A and #ganitation of dignatbry) Executed by SURETY this of SURETY: day ,20 - AMERICAN HOME ASSURANCE COMPANY (name of Surety) 70 Pine Street, New York, NY 10270 (address of Surety) (212)770-7000 (telephone number of Surety) By: . dm2cJ (signature of Attorney-in-Fact) Barbara A. Miller (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: A 3r7 \ Deputy City Attomep Contract No. 3551 Page 47 of 209 . . State of Missouri County of Jackson On this 2nd day of August, in the year 200 1, before me personally appeared Barbara A. Miller, Attorney-in-Fact for American Home Assurance Company, known to me to be person who executed the within document on behalf of said surety, and acknowledged to me that he/she executed the same for the purpose therein stated. &ti&HW Notary Public UNDA L. Nun #My PC;“%? - ROtZry &al OrATE OF m%32u~ Plstte co MyCommissionkpires Linda L. Nutt State of Missouri Commissioned in Platte County, State of Missouri My Commission Expires: September 25,2003 ,+---. . . b American Home Assurance Company POWER OF ATTORNEY National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Oftice: 70 Pine Street, New York, N.Y. 10270 No. 63-B-56324 KNOW ALL hlEN BY THESE PRESENTS: _- American llome Assurance Company. a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa., a rennsylvania corporation, does each hereby appoint ---J. Douglas Joyce, Jerome J. Reardon, Eric Van Buskirk, Linda L. Nutt, Barbara A. Miller, I\lichacl T. Kelly: of Kansas City, Missouri--- ---Eugene A. Klein, Thomas P. Latz, Thomas M. English: of Overland Park, Kansas--- ---Lawrence S. Kaminsky: of Lenexa, Kansas--- ---Christine A. Holloway: of Olatbe, Kansas--- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF. American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. have each executed these presents Vice President, American Home Assurance Company STATE OF NEW YORK } COUNTY OF NEW YORK >ss. On this 2 1 st day of & 1999 before me came the above wed officer of American Home Assurance Company and National In Fire Insurance Company of Pittsburgh, Pa., to me personally . .awn to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seals of said corporations thereto by authority of his office. JOSEPH B. NOZZO Nctary Fublic, State of N No. 01 -NO465275 Qualified in Westchest bt-m lFxpires JM. 3I, CERTIFICATE Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. on May 18, 1976: “RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys-in-Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; “RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; “RESOLVED, that any such Attorney-in-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-in-Fact.” I, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh, Pa. do hereby certify that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation this of day f-’ 65166 (b/96) JMM HlNTf . I IAGTING CIIRP. 600 S. RIVERSIDE RD. P.O. BOX 1089 ST. JOSEPH, MO 64502 PHONE (816) 233-9001 FAX (816) 233-9881 WILLIAM E. HERZOG, PRESIDENT State of Missouri 1 County of Buchanan } On this 7th day of August in the year 2001, before me personally appeared Randy Poggemiller, Vice President and Phillip E. Schieber, Asst. Secretary, known to me to be the persons who executed the documents within on behalf of Herzog Contracting Corp. and acknowledged to me that he executed the same for the purpose therein stated. . (seal) I t . . FAITHFUL PERFORMANCE/WARRANTY BOND BOND #24-43-60 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2001-2 17 , adopted JULY 24, 2001 , has awarded to , (hereinafter designated as the “Principal”), a Contract for: POlNSElTlA LANE OVERHEAD WIDENING, CONTRACT NO. 3551 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, HERZOO CO NTFWXING CORR HERZOG CONTRACT1 NC CORPORATION , as Principal, (hereinafter designated as the “Contractor” ), and AMERICAN HOME ASSURANCE COMPANY as Surety, are held and firmly bound unto the City of Carisbad, in the sum of ONE MILLION <IX HUNDRED TWENTY SEVEN THOUSAND THREE HUNDRED SEVENTY FOUR AND NO/~ollars ($ 1.627.374.00 ) said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these pre- sents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney’s fees, in- curred by the City in sucCessfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder 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, al- terations or addition to the terms of the contract or to the work or to the specifications. Contract No. 3551 Page 48 of 209 , _- 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 day of CONTRACTOR: 320 * HERZOG CONTRACTING CORP, (name of Contractor) By: &igq* 2 (h&P f&f r&p-\llb[m (Title a& Organization of bignatbry) By: P& . _- ” (sign here) @h;//lti 5 L&&.+ ‘(print name here) Q’3 0 5 (76 AJ & rt%!j WP-l?d$ J.Qp. (Title and qganization of sigdtory) ’ Executed by SURETY this SURETY: day of 920 - AMERICAN HOME ASSURANCE COMPANY (name of Surety) 70 Pine Street, New York, NY 10270 (address of Surety) (212) 770-7000 (telephone number of Surety) By: lt @.A&. (signature of Attorney-in-Fact) Barbara A. Miller (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: t Deputy City Attomefl 9/l 1 /oo Contract No. 3551 Page 49 of 209 - RUG 06 ‘01 14:56 FR HERZOG 816 233 9881 TO 18603029 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS JN LIEU OF RETENTION P.02 This Escrow Agreement is made and entered into by and between the Cii of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called “CiQ” and Herzag Contracting Carp P. 0. Box 1089, St. Jos&h, Missouri. 64502 “Contractor” and UMB Bank .N .A. of Kansas Citv 1010 Grand Avenue, Kansas Citv. Missouri, 64198 called “Escrow Agent.” whose address is hereinafter called whose address is hereinafter For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention eam- ings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for POlNSElTlA LANE OVERHEAD WIDENING, CONTRACT NO. 3551 in the amount of $1.627.37& 00 dated % -20 -&XV (hereinafter referred to as the “Contract”). Alternatively, on written request of the contractor, the City shall make payments of the re- tention earnings directly to the escrow agent. When the Contractor deposits the securities as a substi- tute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Es- crow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in con- nection with the handling of retentions under these sections in an amount not less than %lOO,OOO per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the Hem. f and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the beneffi 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 City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 6. The interest earned on the securities or the money market 8ccounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. ^. 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 Ag8nt accompanied by written authorisation from City to the Escrow Agent that Cii consents to the withdrawal of the amount sought to be withdrawn by Contractor. e 9/11/00 Contract No. 3551 Page50of209 AUG W6 2wta. 16:33 FR hERZOG 8162339981 TO 13603W25 r”. wau4 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days’ written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all mon- eys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to sections (I) to (8). inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent’s release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are author&d to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection respective signatures are as follows: For City: SignaM . Address 1200 CARLSBAD VILLAGE DRIVE Name Phillip E. Schieber / S’mron M. kkkmS \ N\, T3BuhLy, Address P. 0. Box 1089. St. Joseph, MO 64502 For Escrow Agent: . Title &I. q-ii IS-4 cs,rPV NameS.L-k \/ AY TO-/V Signature A. Address 2401 &w, SU& ZOO KUOSOJ C&y, MO b‘U88 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. APPROVED AS TO FORM: RONALl+ BALL, City Attorney Contract No. 3551 Page 51 of 209 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper ofkers on the date first set forth above. For City: For Escrow Agent: Title Name - . Signature . 200 CARLS~AD vlu4cit DKIV~ Address CARLSBAD, CA 92008 Title ksistant Secreta ry Name Phillip E. Schieber p Signature Address P. 0. Box 1089. St. JoseDh, MO r&L;02 Title vp=e ?Peszpem Name x. \rJtL~rn- %L~~~PLWWI Address 7461 cam-la -EbfR. ~?+-Nlt5 c--y F2o ho8 e 9111 /oo Contract No. 3551 Page 52 of 209 ‘k.t’ T>-fAL pcr,E. & r.4~ - , State of Missouri County of Jackson On this 2nd day of August, in the year 2001, before me personally appeared Barbara A. Miller, Attorney-in-Fact for American Home Assurance Company, known to me to be person who executed the within document on behalf of said surety, and acknowledged to me that he/she executed the same for the purpose therein stated. dt:m Notary Public ‘. ltN0AL.W’ ! f@tfify Public-Notary $0tl! $$VIfE OF MlSSOUN ,F-- Linda L. Nutt State of Missouri Commissioned in Platte County, State of Missouri My Commission Expires: September 25,2003 . American Home Assurance Company ’ l POWER OF ATTORNEY National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Oftiice: 70 Pine Street, New York, N.Y. 10370 No. 63-B-56324 KNOW ALL MEN BY THESE PRESENTS: ,-- c American tlnme Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa., a I,ennsyl\,a;lia corporation. does e~h hereby appoint ---J. Douglas Joyce, Jerome J. Reardon, Eric Van Buskirk, Linda L. Nutt, Barbara A. Miller, Rlichael T. Kelly: of Kansas City, I\lissouri--- ---Eugene A. Klein, Thomas P. Latz, Thomas RI. English: of Overland Park, Kansas--- ---Lawrence S. Kaminsky: of Lenexa, Kansas--- ---Christine A. Holloway: of Olathe, Kansas--- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. I N WITNESS \\‘HEREOF. American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. have each executed these presents I ~ /tis yay ofJuly, 19%. / /&3w-- (_ /l?.hl&+d- W. Carlstrom, Senior Vice President Company of Pittsburgh, PA. Vice President, American Home Assurance Company STATE OF NEW YORK } COUNTY OF NEW YORK Jss. On this 21st day of J& 19% before me came the above ved officer of American Home Assurance Company and National n Fire Insurance Company of Pittsburgh, Pa., to me personally . ..Jwn to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seals of said corporations thereto by authority of his office. JOSEPH 8. NOZZOLI Noiary Ftiblic, State of N No. Ol-NO465275 Qualified in Westchest iwn\E.@reSJML5 CERTIFICATE Excerpts 01’ Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. on May 18, 1976: “RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys-in-Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; “RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof: “RESOLVED, that any such Attorney-in-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-in-Fact.” I, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh, Pa. do hereby certify that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto. are true and correct, and that both the Resolutions and the Powers of Attorney are in full force and effect. IN WITNESS ‘WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation this day of 65166(4/b6) I JERZOG GONTRAGTING GORP. - 600 S. RIVERSIDE RD. P.O. BOX 1089 ST. JOSEPH, MO 64502 PHONE (816) 233-9001 FAX (816) 233-9881 WILLIAM E. HERZOG, PRESIDENT State of Missouri 1 I County of Buchanan } On this 7fh day of August in the year 2001, before me personally appeared Randy Poggemiller, Vice President and Phillip E. Schieber, Asst. Secretary, known to me to be the persons who executed the documents within on behalf of Herzog Contracting Corp. and acknowledged to me that he executed the same for the purpose therein stated. c Notary,l&bl$ / I” /c .5 sr P 4 0 0 . z!t % c 0 pul m + 69 A. Y &4Nrc 5 UM6 B A N K State of Missouri) County of Jackson) On this 6th day of August in the year 2001, before me personally appeared William Bloemker, Vice President for UMB Bank, N.A. known to me to be the person who executed the documents within on behalf of UMB Bank, N.A. and acknowledged to me that he executed the same for the purpose therein stated. KATl+LEEN A. BROWN NOTARY PUBLIC - STATE OF Ml- COMMISSIONED IN JACKSON couwTv MY COMMISSION EKPIRES MAY 26.2008 Corporate Trust Division 2401 Grand Boulevard tf- Suite 200 Kansas City, Missouri 64108 (816) 860-3020 umb.com Member FDIC t I 0 SPECIAL PROVISIONS FOR POINSETTIA LANE OVERHEAD WIDENING CONTRACT NO. 3551 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION I- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS Add the following section: 1-l TERMS 1-l .I 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 accompany- ing these provisions, unless stated otherwise. Add the following section: 1-l .2 Directions. Where words “directed”, “designated”, “selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise; The word “required” and words of similar import shall be understood to mean “as ra- quired to properly complete the work as required and as approved by the Engineer,” unless stated oth- erwise. Add the following section: 1-l .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 followad by the expression “in the opinion of the Engineer”, unless othetise stated. Where the words “approved”, “approval’, “accep- tance”, or words of similar import are used, it shall be understood that the approval, acceptance, or simi- lar import of the Engineer is intended. Add the following section: 1-l .4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, tabor, tools and equipment, and further, including the furnishing and install- ing of materials that are indicated, specified or required to mean that the Contractor, at its expanse, shall furnish and install the work, complete in place and ready to use,.induding furnishing of necessary tabor, materials, tools, equipment, and transportation. l-2 DEFINITIONS Modify as follows: The following words, or groups of words, shall be exclusively defined by the defini- tions assigned to them herein. Agency - the City of Carl&ad, California. 9/11/00 Contract No. 3551 Pages3of209 City Council -the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Cartsbad or his/her approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute reso- lution. Engineer - the Public Works Director of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section Z-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employ- ees tiave their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor’s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Stan- dard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Public Works Manager- The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Construction Manager - the Project Inspector’s immediate supervisor and first level of appeal for in- formal dispute resolution. l-3 ABBREVIATIONS l-3.2 Common Usage, Add the following: Abbreviation Word or Words Abut . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Abutment Apts . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Apartment and Apartments BB . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Begin Bridge Bldg . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . BRG Building band Buildings- . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Bridge CMWD . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Cartsbad Municipal Water District Cont . . . . . . . . . . . . . . . . . . ..*...*.*........... Continuous CSSD . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . cfs Carl&ad Supplemental Standard Drawings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Cubic Feet per Second Comm . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Commercial DR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Dimension Ratio 9/l 1 /oo Contract No. 3551 Paget54of209 E ........................................... Electric EB.. ....................................... Eq ......................................... k’Ir’Iaidge ...................................... L Final Pay Quantity .......................................... Gas gal.. ....................................... Gallon and Gallons Gar ....................................... Garage and Garages GNV.. .................................... Ground Not Visible yjrn ...................................... gallons per minute .......................................... Invert Elevation MSL ...................................... Mean Sea Level (see Regional Standard Drawing M-12) MTBM ................................... Microtunneling Boring Machine NCTD ................................... North County Transit District OHE.. .................................... Overhead Electric OMWD.. ................................ Olivenhain Municipal Water District PC ........................................ Precast PS.. ....................................... Prestressed ROW ...................................... Right-of-Way S ........................................... Sewer, Slope, or Speciatty Pay Item as applicable SDNR ................................... San Diego Northern Railway SDRSD ................................. San Diego Regional Standard Drawing SFM ...................................... Sewer Force Main T ........................................... Telephone TPB ...................................... Treated Permeable Base UE ........................................ Underground Electric W .......................................... Water, Wider or Width, as applicable ww. ....................................... Wing Wall .. SECTION 2 - SCOPE AND CONTROL OF THE WORK 24 SUBCONTRACTS 25.1 General, Add the following: 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 to 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 City Council 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 City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Cii Council shall be final. 24 CONTRACT BONDS Modify the second sentence of paragraph one as follows: Delete, “who is listed in the latest version of U.S. Department of Treasury Circular 570,” Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The Contractor shall provide bonds to cure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($S,OOO,OOO). 9/l 1 /oo Contract No. 3551 Pa9e 55 of 209 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($S,OOO,OOO) and does not exceed ten million dollars , ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 O,OOO,OOO). 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 af- ter recordation of the Notice of Completion and will remain in full force and effect for the one year war- ranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after rewrdation of the Notice of Completion if all claims have been paid. Add the following: 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 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 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. 2-5 PLANS AND SPECIFICATIONS 24.1 General, Add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2000 Edition, hereinafter designated “SSPWC”, as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set of drawings designated as City of Cartsbad Drawing No. 3551 and consists of 50 sheets. The standard drawings used for this project are the latest edition of the.San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diio County Department of Public Works, together with the most recent editions of the City of Cartsbad Sup plemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Cadsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.1.1 Reference Standards. Standards listed as “Reference Standards” in the various sections of these contract documents are hereby incorporated into this specitlcation by reference. Referenced documents shall include all revisions, amendments, supplements or addenda issued on or before the date of advertising for bids. The Cartsbad Municipal Water District Standards, Rules and Regulations for Construction of Potable Water . Mains, Reclaimed Water Mains, Standard Sewer System Design Criteria, and Standard Drawings ate incorporated into these contract documents by their reference herein and will be enforced unk superseded by the project specifications or specific details of the contract documents 9111 IO0 Contract No. 3551 Page 56 of 209 2-5.1.2 App~ -oved Materials List Related to Domestic Water, Recycled Water and Sewer ‘. Improvements Only. All the material used on this project, induding pipe, valves, couplings etc., shall be in accordance with items listed in the Cansbad Municipal Water District Rules and Regulations for Construction of Potable Water Mains, Reclaimed Water Mains, and the Standard Sewer System Design Criteria, Materials referenced in the standard may be used on this project. Materials not on the list must be submitted for the District’s approval in accordance with established procedure, and shall be accepted for use on this project prior to its purchase and installation as part of the work of this contract. Contractor shall not enter any private property outside limit of work line without written permission from the owner of the property. The Contractor shall supply copies of any written permission from private property owner to District representative prior to entering upon private property. 2-5.2 Precedence of Contract Documents, Modify as follows: If there is a conflict between Contract ,* Documents, the document highest in precedence shall control. The precedence shall be the most re- cent 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) Special Provisions. 3) Plans. 4) Standard Plans; a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. . . c) City of Cartsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 5) Standard Specifications for Public Works Construction. 6) Reference Specifications. 7) Manufacturers installation Recommendations. . . Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 263.3 Submittals, Add the following: Each submittal shall be consecutively numbered. Resubmit- tals shall be labeled with the number of the original submittal followed by an ascending alphabetical des- ignation (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 draw- ings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor’s certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. - 7) Identification of deviations from the contract documents. ’ When submitted for the Engineer’s review, Shop Drawings shall bear the Contractor’s certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in wnfor- mance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: 9/l 1 /oo Contract No. 3551 Pa9e 57 of 209 “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 allo- cated spaces, and is submitted for approval.” By: Title: Date: Company Name: 2-5.3.3.1 Submittals Relating to Domestic Water, Recycled Water and Sewer Improvements Only, The shop drawings relating to the domestic water, recycled water and sewer improvements that shall be submitted to the Engineer for review shall include, but not be limited to, the following: PVC Water Pipe C900 PVC Sewer Pipe ASTM F679 ke:bination Air and Vacuum Relief Valve Assem- Valve and Valve Boxes Trench Shoring Details and Excavation Plans 5-Foot Diameter Manholes with T-Lock Lining Ductile Iron Fittings Concrete Manholes w/PVC Liner Expansion Fittings Steel Pipe Paint and coatings Concrete Vault Hatch Steel Fittings Gate Valves Steel Casing Submit seven copies of submittals unless otherwise stated. Three copies will be returned to the Con- tractor. Number submittals using numbering system as directed by the Engineer. Shop Drawing Transmittal Form. The form included at the end of this section shall be used unless oth- erwise directed by the Engineer. Submit a separate form for each submittal number. Submittals without completed Contractor’s Transmittal Form attached to each copy of each submittal listed in Schedule of Submittals will be returned without review and stamped ‘REJECTED”. Exceptions and departures from Contract Documents shall be dearly noted, along with justification for each exception or departure. Otherwise, review or approval of,submittals- shall not constitute approval of exceptions or departures. Stock or standard drawings will not be accepted for review unless full identification and supplementary information is shown thereon in ink or typewritten form. Review of submittals shall proceed as follows: 1) Submit specified quantity of complete submittals together with Shop Drawing Transmittal Forms to the Engineer for review. Fold submittals to approximately 9-inches by 12-inches. 2) Submittals will be stamped “NO EXCEPTION TAKEN”, “MAKE CORRECTIONS NOTED”, .AMEND AND RESUBMIT”, or ‘REJECTED - RESUBMIT’. Three copies with letter of transmittal will be returned to Contractor. 3) If drawing or data is stamped “AMEND AND RESUBMIT” or ‘REJECTED - RESUBMIT”, make nec- essary corrections and resubmit documents as required in Instruction 1. The Shop Drawing Transmit& Form transmitting revised documents shall show that documents comprise a resubmittal. Revisii and m-submittals shall be numbered as Revision #l , Revision ##2, or as appropriate. 911 l/o0 Contract No. 3551 Pa9e55af209 4) If changes other than those noted by the Engineer are made on a submittal before resubmittal, note such changes on resubmittal. 5) Revise and resubmit submittals as required, until wnfirmation of compliance is obtained. Costs incurred for second and subsequent re-submittals will be deducted by the Engineer from payment due Contractor. Allow not less than 20 calendar days for review and response to submittals. Review may be delayed if contingent on receipt of other submittals. Upon timely written request by Contractor, the Engineer will make reasonable efforts to shorten review periods which may fall on Contractor’s critical path. Do not begin work described in submittals until such submittals have been reviewed and returned by the Engineer stamped “NO EXCEPTIONS TAKEN” or “MAKE CORRECTIONS NOTED”. Acceptance of de- livery of products prior to receipt of the Engineer’s satisfactory return of applicable submittals shall be at Contractor’s risk. 2-5.3.4 Submittals On Engineer’s Request for Supplemental Informat’ion Relating to Domestic Water, Recycled Water and Sewer Improvements Only. Supplemental information will be requested for “approved equals” and may be requested when there is a question that a manufacturer’s product conforms to Contract Documents. Engineer reserves right to re- quire submittal of supplemental information as described herein before approval of product. Certiication of compliance with listed referencestandards shall be submitted by manufacturers on Engi- neer’s request. Failure of Engineer to request certification of compliance shall not serve as waiver of Contractor’s duty to comply with reference standards. Transcripts of results of acceptance tests performed at point of manufacture of products furnished shall be submitted by manufacturers on Engineers request. Samples shall be submitted on Engineer’s request. Names and addresses of nearest local service representatives that maintain technical service personnel and complete inventory of spare parts and accessories shall be submitted on Engineer’s request. List of three installations in which products comparable in size, capacity and rating with those required in Contract Documents are now in regular operation shall be submitted on Engineer’s request. Include list- ing of size capacity or rating of each installation. Include name and telephone number of at least one ref- erence responsible for operations at each installation whom the Engineer may contact. 2-5.3.5 Shop Drawings And Product Data Relating to Domestic Water, Recycled Water and Sewer Improvements Only. Shop drawings shall dearly show dimensions, dearances, slopes, floor space requirements, tolerances, conduit, anchor bolt sizes and embedments, finishes, performance characteristics, and weight and type of products. Shop drawings shall indicate the location at which products are to be installed, how equip ment will be mounted, how it relates to adjacent structures or products, and how connection will be made between Work under this contract and work under other contracts. Shop drawings shall show parts lists and details of appurtenances to be furnished with specified items, along with references to appropriate ASTM, Federal Specifications and other reference standards and grades. Use of contract drawing reproductions for shop drawings is subject to rejection. 911 l/o0 Contract No. 3551 Page 59 of 209 Catalog data shall clearly indicate applicable items when several products are covered on one page. Using black ink, indicate on submitted catalog data, specification section or plan reference being satis- fied. Installation or Application Instructions shall be manufacturer’s printed instructions including warranty re- quirements, clearances required and proper field procedures to deliver, handle, install and prepare prod- uct for use. In the absence of manufacturer’s published literature, ASTM, AWWA or trade standards for proper installation will be accepted. Operation and Maintenance Instructions shall be manufacturers printed instructions for correct operation and maintenance procedures for product, along with data, which must accompany manual as directed by current regulations of government agency. Include operating instructions for each piece of equipment. Describe equipment function, operating characteristics, limiting conditions, operating instructions, startup procedures, normal and emergency conditions, regulation and control, and shutdown. Include preventative maintenance instructions. List warranty requirements. Explain and illustrate preventative maintenance tasks. Include lubrication charts, lists of acceptable lubricants, trouble shooting instruc- tions, and lists of required maintenance tools and equipment. List recommended spare parts, their costs, and ordering information for 1 manufacturer who can supply these parts. Index instructions for easy reference. Include information for installed equipment only. Manufacturers Statement of Responsibility shall be copy of form attached, signed by authorized factory representative for manufacturer whose product is being furnished. Certification of Compliance shall certii materials have been sampled, tested and found to comply with applicable reference standards. Engineering Calculations shall be clearly legible, and shall demonstrate compliance with state and local codes, applicable standards, and contract requirements. Calculations shall be sealed by a licensed en- gineer. 9/l 1 /oo Contract No. 3551 pase5oof209 SHOP DRAWING TRANSMITTAL FORM (To be submitted to the Engineer for those shop drawings related to domestic water, recycled water, and sewer improvements only) FROM: . DATE: PROJECT NAME: Poinsettia Lane Overhead Wid- ening TO: Citv of Carlsbad PROJECT NO.: . 1635 Faradav Avenue Carlsbad. CA 92008 OWNER: Citv of Carlsbad ATTN: 1635 Faradav Avenue : Construction Manager Carl&ad, CA 92008 THIS IS AN ORIGINAL THIS IS A REVISION SUBMITTAL NO.: SUBMITTAL OF SUBMITTAL NO.: SUBJECT OF SUBMITTAL: .s SPECIFICATION SECTION(S): PLAN SHEET NUMBER(S): CONTRACTOR’S CERTIFICATION: Check & Complete either (A) or (B) below: (A) We have reviewed in detail and certify that the material, equipment or construction procedure(s) contained in this submittal meet all the reauirements specified in or shown on the Contract Docu- ments, Construction Specifications and Construction Plans with no exceptions. -(B) We have reviewed in detail and certify that the material, equipment or construction procedure(s) contained in this submittal meet all the requirements specified in or shown on the Contract Docu- ments, Construction Specifications and Construction Plans extent for the following deviations: CONTRACTOR’S AUTHORIZED SIGNATURE: Page 61 of 209 9/l l/O0 Contract No. 3551 Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete “as-built” re- cord 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, under- ground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be ob- tained 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. Pay- ment 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 therefor. SUBSURFACEDATA Add the following: A geotechnical investigation of the type of soils to be encountered along the pro- posed pipeline alignment has not been performed for the purpose of assisting in the design of the pipe- line improvements. The Contractor shall satisfy himself of the site conditions and be responsible for in- cluding any and all costs in his bid to properly construct the project with the existing soil conditions. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file comer record(s) as required by QQ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and cov- ers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 28.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establish- ing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying senrices as required herein and provide surveying, drafting and other pro- fessional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the sunrey- ing work. Add the following section: 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 (8’1,” by 11”) paper. The field notes, calculations and supporting data shall be dear and complete. Sup porting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evi- dence used by the Surveyor to determine the location of the monuments set. The field notes and calcu- 9/l 1100 Contract No. 3551 Page62of209 lations Will be labeled with name of the Surveyor, the party chief, field Crew members and preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be num- bered with consecutive page numbers and shall be readable without resort to any electronic aid, wm- puter program or documentation for any computer program. The field notes shall be prepared in wn- formanw with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of ,Survey pre- pared by the Surveyor and file it in conformance with Q§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under 5s 8762 of the State of California Business and Professions Code and whenever the Surveyor shall estab- lish, 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 wmers and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of low tion 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. Add the following section: 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work, When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking 9/l 1100 Contract No. 3551 Page 63 of 209 eludes top 0 OOm & 5 7.&n on curves when Baswnent sol sthedonsorlnformation mont brmaks, Junctkuw, &dots 6 shi m(1OOO~&s7.Sm(zs~oncurvoswhen 3oom(1ooo~ofwhwmgracb5 0.30% klnamumd atbottomofcdumns 9/l l/O0 Contract No. 3551 Pw64Of209 aI Staking for feature may be omltted when adjacent marker stakes mfennce the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature Reference points shall be sufficiently durable and set securely enough to sunrive with accumcy Intact throughout the installation CL inspection of the featums of adjacent facilities for which they provide control. RP means refemnw point for the purposes of this table a Perpendicular to wnteriine. 0 Some features are not necessarily parallel to wnterline but are referenced thereto a feature Multi-plane surfaced features shall be staked so as to provide line 8 grade information for each plane of the Q ber 2: means greater than, or equal to, the number following the symbol. following the symbol. 5 means less than, or equal to, the num- @ The cut datum for storm drainage & sanitary sewer pipes b similar structures shall be their lnveh The cut datum for all other utilities shall TV the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, palnt and marking cards shall be the color specified in TABLE 2-9.2.2(B) 9/l 1 /oo Contract No. 3551 Page 65 of 209 TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Description 1 Colof Coordinated control points, control lines, control reference points, White/Red centerline, alignments, etc. Bench marks White/Orange Limits of clearing Yellow/Black Slope, intermediate slope, abutment fill, rough grade, contour grad- Yellow ing, final grade, etc. Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, Blue curb storm drains, slope protection, curbs, gutters, etc. Right-of-Way Fences, RI W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange l Flagging and marking cards, if used. Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for atten- dant survey work and no additional payment will be made therefor. Payment for the replacement of dis- turbed monuments and the filing of records of survey and/or wmer records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of said monuments and no additional pay- ment will be made therefor. 240 AUTHORITY OF BOARD AND ENGINEER Add the following section: 240.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 240.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to wn- tractually 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 Agree- ment, 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 sub- contractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be car- ried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. Notify Engineer and CMVVD Operations Department in writing at least 72 hours before shutdown of water, sewer or drainage facilities. Do not assume water or sewer lines can be shut down. . Do not shut dowr - utilities without prior written authorization. Shut down schedules for either recyded water or sewer shall be submitted and reviewed as a shop drawing. Contractor shall follow procedure as outlined in Section 2-5.6. 9/l 1 /oo Contract No. 3551 Page66of209 Coordinate draining and filling of water lines, and operation of existing valves with the CMWD or appropriate Utility Owner. Coordinate with CMWD Operations Department regarding time of day that system tie-ins are made. Add the following section: 2-l 2 COORDINATION WlTH UTILITIES The Contractor shall obtain service requirements from public utilities for water, sewer, gas, power, telephone, telemetering and other utility requirements. Work needed to connect to public utilities shall comply with utility service requirements. The Contractor shall pay service charges of utilities, including charges for trenching, piping, conduit, cables, boxes, metering, grounding and backfill. The Contractor shall notify utility companies 72 hours before commencing any work directly or indirectly affecting utility facilities. The Contractor shall protect existing underground utiliies. Electrical utility companies may maintain energized aerial electric& power lines in immediate vicinity of Work. Do not consider these lines to be insulated. Construction personnel working near these lines are exposed to an extreme hazard from electrical shock. Contractors, their employees and construction personnel working on this project must be warned of the danger and instructed to take adequate protective measures, including maintaining a minimum of 10 feet dearanw between lines and construction equipment and personnel. (See OSHA Std. 192655O(A)15). As an additional safety precaution, call electrical utility company to arrange, if possible, to have these fines de-energized or relocated when Work reaches their immediate vicinity. Cost of such temporary arrangements shall be borne by Contractor. SECTION 3 - CHANGES IN WORK 34.1 General, Add the following: For changes regarding domestic water, recycled water, and sewer improvements only, submit written details and reasons for proposed deviations from Contract Documents. Do not deviate from contract documents until written authorization is received. 3-2 CHANGES INITIATED BY THE AGENCY 33.2.1 Contract Unit prices, Add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: 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. 392.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: 9/l l/00 Contract No. 3551 Pa9e 67 of 209 (a) Work by Contractor. The following percentages shall be added to the Contractor’s costs and shall constitute the markup for all overhead and profits: 1) Labor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 3) Equipment Rental . . . . . . . . . . . . . . . . . . . 15 4) Other Items and Expenditures . . 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as wmpen- sation for bonding. 0)) Work by Subcontractor. When all or any part of the extra work is performed by a Subwntrac- tor, 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. 39.3 Daily Reports by Contractor, Add the following after the second sentence: 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. 3-4 CHANGED CONDITIONS Delete the second sentence of paragraph three, delete paragraph five (5), and Add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be re- quired 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 writ- ten notice’of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the poten- tial 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 wn- nection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disal- lowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-l 2655. Vhe undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: Title: Date: Company Name: The ContractoTs estimate of costs may be updated when actual costs are known. The Contractor shall 9/l 1 /oo Contract No. 3551 Pa(le68of209 submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such mat- ters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK Add the following: The Contractor shall give the agency written notice of potential claim prior to com- mencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connec- tion therewith. Delete second sentence of paragraph one and Add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Public Works Manager 4. Public Works Director 5. City Manager The Contractor shall submit a complete report wittrin 20 working days after completion of the disputed work .stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and pre- sent its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of tts report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSl=RUCTlON CLAIMS 20104. (a)(l) This artide applies to all public works daims of three hundred seventy-five thousand dol- lars ($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 wntractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) “Public work” has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that “public work” does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) “Claim” means a separate demand by the contractor for (A) a time extension, (B) payment of money ogmages arising from work done by, or on behalf of, the contractor pursuant to the contract for a pub w 9/l l/o0 Contract No. 3561 Page 69 of 209 lit wo& and payment of which is not otherwise expressly provided for or the claimant iS not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the pIaIlS Or SpeCifiCatiOnS f0’ any work, which may give, rise to a claim under this at%&?. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any daim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate thf! 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)(l) For claims of less than fifty thousand dollars ($SO,OOO), 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 re- ceipt 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 sub- division, 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)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred sev- enty-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 ad- ditional 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 ba requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the daimant. . (3) The local agency’s written response to thb daim, 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 greate 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 jails to respond within the time prescribed, the daimant 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 daimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those pro- visions, 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 maat 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 daims or actions specified by Chapter 1 (commencing with &c- tion 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Tie 1 of the Gov- emment Code. 20104.4. The following procedures are established for all civil actions filed to resolve daims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. Th mediation process shall provide for the selection within 15 days by both parties of a disinterested thim person as mediator, shall be commenced within 30 days of the submittal, and shall be conduded within Q 9/l 1 /oo Contract No. 3551 Page7Oof209 . . 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 15day period, any party may petition the court to appOint the mediator. (b)(l) 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, not- withstanding Section 1141 .ll 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 proceed- ing 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 .lO) 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 ob- tain 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 arbi- tration process. 20164.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed ex- cept as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. l SECTION 4 - CONTROL OF MATERIALS 4-l MATERIALS AND WORKMANSHIP 4-1.3.1 General, Add the following: 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 indude means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of per- sons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.1 General, Add the following: Work shall conform to Federal, State and focal building codes, electrical codes, fire codes, mechanical codes and plumbing codes, and to Occupational Safety and Health Act (OSHA) Regulations. Nothing in Contract Documents shall be interpreted as permission or direction to violate any governing code or ordinance. Notify Engineer of time and place of shop tests 5 working days before they begin. Complete manufacturing operations, checks, adjustments and tests before factory inspection. The Engineer will inspect products after delivery and throughout construction process. Products will be subject to rejection at any time on account of failure to meet Contract Documents even though samples may have been accepted as satisfactory at place of manufacture. 911 l/o0 Contract No. 3551 Page 71 of209 Before backfilling, request inspection by the Engineer to verify proper installation of buried work. Before finishing, request inspection by the Engineer to verify that no surfaces to receive product have defects or errors which could result in poor or potentially defective application or cause latent defects in workmanship. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third sentence of the first paragraph. Add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements. indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. . At the option of the Engineer, the source of supply of each of the materials shall be approved by the En- gineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been ‘approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other ap- proved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meat or exceed the require- ments of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, Add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, avail- ability 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. Add the following: 4-l .6.1 Products Related to Domestic Water, Recycled Water and Sewer Improvements 1) Standard Products: Whenever in the specifications products are by reference standard, any product meeting the standards referenced may be used. Information on such products shall be submitted in accordance with Section 2-5.3.7. 2) Proprietary Products: Whenever in the specifications any material, article or process is indicated or specified by trade, patent or proprietary name or name of manufacturer such specification for material, artide or process, unless marked “no substitution”, shall be deemed to be followed by the words “or equal as accepted in writing by the Engineer”, and will be considered as a substitution. 3) Selection of Proprietary Product: Where more than one proprietary name is specified, the Contractor may provide any one of the materials or equipment specified. Only one brand, kind or make of material or equipment shall be used for each speci5c purpose throughout the work notwithstanding that similar materials or equipment of two or more manufacturers or producers may be specified for the sama purpose. 9/l 1 /oo Contract No. 3551 Page72of209 4) Substitution Request Procedure: Submit a written request on the endosed form for proposed substitutions to the Engineer not later than 30 days after date of “Notice to Proceed”. Proposed substitutions relating to a particular subcontract or trade shall be submitted at one time. If the Engineer accepts any proposed substitutions, such acceptance will be set forth in a Change Order. No substitution will be considered after this 30 day period. 5) Contractots Responsibility for Construction Modifications: Drawings have been detailed in compliance with ICBO Evaluation Report for material specified. If a proposed substitute material is accepted by the Engineer, the Contractor will assume the responsibility for wnstruotion modifications and additional costs required by reason of this acceptance. If the substitution results in a decrease in cost, the amount is to be submitted for consideration. 6) Systems of Like Manufacture: Where materials or items of manufacturer are specified in groups and are made or furnished by one manufacturer, no substitution will be wnsidered that is not made or furnished similarly by one manufacturer. Where the Contractor proposes to use a system of equipment other than that specified or detailed on the Drawings the substitution shall be proposed as a complete system. 4-1.6.2 Requirements For Submitting Substitutions Related to Domestic Water, Recycled Water, and Sewer Improvements 1) Substantiating Data: The Contractor shall submit with his written request for a proposed substitution all data substantiating his request as well as a “Cart&ate of Suitability” certifying that the proposed substitution is equal or better in all respects to that speoif~ed and that it will, in all respects perform the function for which it is intended. The Contractor shall indude with his request all required samples. Ail written requests and data for proposed substitutions shall be submitted in three copies. 2) Determination of Equality: It shall be the responsibility of the Contmotor to submii complete information to the Engineer so that proper evaluation can be made. The burden of proof of equality of the substituted item shall be on the Contractor. Acceptance of such substitutions is entirely at the discretion of the Engineer and CMWD. All materials or items of manufacturer, which the Contractor proposes to substitute for those specified, must be accepted by the Engineer before they may be ordered. 3) List of Accepted Substitutions: The Engineer will issue to the Contractor a list setting forth those items for which substitutions are accepted. No substitution will ba accepted for any materials or item of manufacture called for in the Contract Documents which is not of equal quality and which does not possess equal design or wlor oharaoteristios to those of the sped&d material or item. 4) Denial of Substitution: If, in the opinion of the Engineer or CMWD, the proposed substitution is not equal or better in every respect to that so indicated or specified, or was not submitted for aweptanoe in the manner outlined above, the Contractor shall furnish the spadfied materials. 5) Responsibility for Coordinating Substitutions with Con&motion Trades: It shall be the responsibility of the Contractor, in proposing a substitution for any item herein specified, to inform all other trades, vendors, and subwntraotots of the effects said substitution will have upon their work or produots. Failure to so notify shall require that the Contractor make payments arising from alterations in specified materials or methods necessary to complete the work in an approved and acceptable manner. 4-1.6.3 Contractor’s Responsibility For Cost Of Substitution Reviews Related to Domestic War, Recycled Water, and Sewer Improvements. The Contractor shall bear all wsts by Engineer and CMWD to review Requests for Substitutions. Review wsts shall be deducted on a regular basis from monthly progress payment. Add the following: 9/l 1 /oo Contract No. 3551 a. Page73of209 4.1.9 Contractor’s Quality Control Related to Domestic Water, Recycled Water, and Sewer Improvements. Arrange work to be readily accessible and easy to operate and maintain where detail drawings are not included in Contract Documents, supplementary drawings or shop drawings and submittals. Combinations of manufactured equipment shall be fully compatible and work safely and suwessfully as a unit. Furnish necessary mountings, couplings and appurtenances with each unit. Relocations or adjustment of existing facilities noted in Contraot Documents shall be done as needed. If existing items are lost or damaged during construction, replace with new items of equal or better quality. Make field measurements needed to fabricate and install Work before ordering or beginning work. Make minor changes in alignments and dimensions as needed to remedy or avoid utilities and structural conflicts. Add the following: 44.10 Project Conditions Related to Domestic Water, Recycled Water, and Sewer Improvements, Ascertain suitability of native soil for backfill before submitting bid. If native soil is found to be unsuitable, provide suitable material for meeting compaction requirements at no additional cost to the City or CMWD. Items furnished shall be capable of fulfilling their intended purpose in the environment in which they are installed. Allow for local temperature extremes, dimaotic conditions and corrosive environments where necessary to ensure proper functioning of furnished products. Add the following: 44.11 Installation/Application/Erection Related to Domestic Water, Recycled Water, and Sewer Improvements, Jnstall products according to manufacture6 installation and warranty requirements. Install products to tolerances recommended by manufacturer. Unless otherwise shown, install equipment true and level using precision gauges and levels. Refer variances between manufacturer’s installation instructions and Contract Doouments to the Engineer. Pipe work, valves, fittings, and appurtenances shall have no leaks at design pressures. Exposed surfaces shall be finished in appearance. Prime and paint exposed surfaces of ferrous products, piping, and conduit except for stainless steel or galvanized or sherardized surfaces or unless otherwise shown. Clean painted surfaces and touch up bare or marred spots with finish to match factory finish. Add the following: 4-l .12 Field Quality Control Related to Domestic Water, Recycled Water, and Sewer improvements, Contractor shall or as directed by the Engineer maintain complete set of Contract Documents at jobsiie field office or superintendent’s truok at all times. Frequency of sampling and tasting shall be as shown, and shall be performed at such other times as necessary to document wntrad compliance. Notify the Engineer and regulating authorities 3 days before field tests. Perform field tests in presence of the Engineer who will record results. Repair damage to work that is not cause for rejeotion. Repair, correct or replace work failing tests or inspection. Repeat tests until results satisfy spedfioations. Repair damages resulting from tests. 9/l l/o0 Contract No. 3551 Page 74 of 209 Add the following: 41.13 Availability Of Samples Related to Domestic Water, Recycled Water, and Sewer Improvements 4-1.13.1 Acquisition of Samples: Contractor shall make materials required for testing available and assist in acquiring these materials as directed by Engineer. The samples shall be taken under the immediate direction and supervision of the Engineer. 4-1.13.2 Uncovering Construction: If construction which is required to be tested or inspected is covered up without prior notice or approval, such construction may be uncovered at the discretion of the Engineer. 41.13.3 Advance Notice for Inspections: Unless otheMlise specified, Contractor shall notify the Engineer a minimum of 10 working days in advance of required inspections. Extra construction activities resulting from a failure to notify the Laboratory shall be paid for by the Contractor. 41.13.4 Cancellation of Tests or Inspection: Contractor shall give sufficient advance notice to the Engineer in the event of cancellation or time extension of a scheduled test or inspection. Charges due to insufficient advance n&e of cancellations or time extension shall be paid for by the Contractor. Add the following: 4-1.14 Removal Of Materials: Unless otherwise directed, materials not conforming to the requirements of Contract Documents shall be promptly removed from the Project site. Add the following: 4-l .15 Earthwork Related to Domestic Water, Recycled Water, and Sewer improvements I 4-l ,151 Geotechnical Engineer’s Role: The Geotechnical Engineer will provide continuous inspection of fill and will field test fill and earth backfill as placed and compacted, and inspect excavations and subgrade before wncrefe is placed and pro%e periodic inspection of open excavations, embankments, and other cuts or vertical surfaces of earth. The Geotechniwl Engineer will submit a report indicating that he has observed and tested fills and that in his opinion the fills were placed in accordance with the Project Specifications. 4-1 .15.2 Removal of Unsatisfactory Material: Contractor shall remove unsatisfactory material, reroll, adjust moisture, place new material, or in the wse of excavations, provide proper protective measures, perform other operation necessary, as directed by the Geotechniwl Engineer whose decisions -and directions will be considered final. 41.15.3 Test and Inspection Procedure . 1) General: Allow sufficient time for testing and evaluation of results before material is needed. l’he Geotechniwl Engineer will be sole and final judge of suitability of all materials. 2) Tests: Laboratory compaction tests to be used will be in accordance with ASTM D1557. 3) Field Density Tests: Fiild dens& tests will be made in accordance with ASTM D 1556 or ASTM D 2922. Contractor shall provide labor and equipment to dig holes as-needed for obtaining field density tests for trench batill compaction. 4) Number of Tests: The number of tests will be determined by Geotechniwl Engineer. 5) Use of Tested Materials: Materials in question may not be used pending test results. 9/l l/O0 Contract No. 3551 Pa9e75of209 6) Excavation and Embankment Inspection Procedure: Excavation and embankment inspection procedure: Geotechniwl Engineer will visually or otherwise examine such areas for bearing values. Add the following: 4-l .16 Payments Related to Domestic Water, Recycled Water, and Sewer Improvements. 4-1.16.1 Tests Showing Compliance: Costs of initial testing and inspection, except as specifically modified herein, or specified otherwise in technical sections, will be paid by the City, providing such testing and inspection indicates wmpliance with Contract Documents. Initial tests and inspections are defined as the first test and inspections as specified herein. 4-l .16.2 Tests Showing Failure: In the event a test or insoection indicates failure of a material or procedure to meet requirements of Contract Documents, costs for retesting and reinspection will be borne by the Contractor. 4-l .16.3 Additional Tests at the Ciis Request: Additional tests and inspections not specified herein but requested by the City, will be paid for by the City, unless result of such tests and inspections are found to be not in compliance with Contract Documents, in which case the City will pay all costs for initial testing as well as retesting and reinspection and backcharge the Contractor. 4-1.16.4 Additional Test Due to Changes: Costs for additional tests or inspections required because of change in materials being provided or change of source or supply shall be paid by Contractor direct to testing laboratory. 4-l .16.5 Correction of Deficiencies: Costs for construction achities which are required to correct deficiencies shall be borne by the Contractor. 4-l .16.6 Additional Tests to Assist Contractor: Cost of testing which is required solely for the convenience of Contractor in his scheduling and performance of Work shall be borne by the Contractor. Add the following: Cl.17 Quality Assurance Related to Domestic Water, Recycled Water, and Sewer improvements. If products are furnished which differ from those shown and which require changes to endosures, mounting and support structures, power and control circuitry or other work to accommodate furnished product, provide changes required at no additional cost to owner and of same quality as shown. Add the following: 4-l .18 Delivery, Storage And Handling Related to Domestic Water, Recycled Water, and Sewer Improvements. Deliver products to jobsite in manufacturer’s original, unopened, labeled packaging. Oil lubricated gearing, bearings and other lubricated components shall be shipped with oil soluble protective coating as described in warranty requirements or recommended by manufacturer. Coating shall provide protection for 1 year after final acceptance. Protect products against’moisture. temperature extremes, dust, debris, tampering, vandalism, ultraviotat radiation, or damage from improper handling, storage, or exposure. Protect exposed metals from rust and corrosion even though they will be sandblasted or otherwise deaned before painting. Clean and protect machined surfaces and shafting from corrosion using proper type and amount of coating as described in warranty requirements to assure protection to 1 year after final acceptance. Store items not designed for outdoor exposure off ground and under cover. Handle products with care and using proper equipment according to manufacturer’s recommendations. Lift large heavy items only at points designated by manufacturer. Do not drop, drag, bump or handle products 9/l l/Ml Contract No. 3551 Paf~e76of209 in manner that causes bruises, cracks, scratches or other damage. Use padded slings and hooks for lifting as needed to prevent damage. Improper handling shall be cause to reject mishandled products. Inspect each product item for damage, defects, completeness and correct operation before installing. Notify City in writing if delivered or stored product is damaged. Do not repair damaged products without prior written approval. Maintain records for Cis review of deliveries to show Contractor’s order number, purchase order number and equipment number. Include labeling or shipping tag in records. Add the following: 4-1.19 Materials And Equipment Related to Domestic Water, Recycled Water, and Sewer Improvements ., Materials and materials sources shall be approved by the Engineer at least 3 days before use of materials in Work. Similar items on project shall be products of same manufacturer. Corresponding parts of identical produots shall be interchangeable. Mating ends of pipe shall match. Design and fabrication of products shall ensure products withstand stresses and loads which may occur during testing, installation, start-up and normal operation. )_ Furnish mounts, guides, bearing plates, flanges, anchor and attachment bolts and screws, saddles, supports, pads and skids necessary to securely mount products and equipment. . . Add the following section: 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 aooomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any looa- tion within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agree- ments for each property where such materials are stored. The lease agreement shall dearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterio- ration 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. Add the following: 4-3 STANDARDIZATION AND UNlFORMlTY OF EQUIPMENT AND CERTAIN MATERIALS RELATED TO DOMESTIC WATER, RECYCLED WATER, AND SEWER IMPROVEMENTS 9/l 1 loo Contmct No. 3551 Page77Of209 To ensure standardization and uniformity in all parts of the work under this Contract, like items of new (i.e., non-salvaged) equipment shall be the products of one manufacturer. Like items of certain materials shall be the products of one manufacturer. Materials, equipment, and appliances shall be current models now in production. Uniformity in like equipment items is required in order to provide CMWD with inter-changeability capabilities, simplified spare parts inventory, and standardized maintenance programs and manufacturers’ services. Standardization requirements shall be as specified in the various technical sections. Generally, material items exempt from standardization indude structural steel, reinforcing steel, building insulation, roofing materials, sheet metal, materials specified only by reference to a recognized standard, and items hidden from view where inter-changeability, color, and texture is not a significant factor for standardization. The Contractor shall inform his suppliers and subcontractors of these requirements, and shall provide the necessary coordination to accomplish the standardization specified. SECTION 5 - UTILITIES 5-l LOCATION Delete the first paragraph and substitute the following: 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. Add the following: The Contractor shall cooperate with the utility companies’ representation in the field in order to ascertain the location of the utility lines ahead of trenching operations. In particular, the Contrac- tor’s attention is directed to the MCI fiber-optics line located at Pier 2 and the SDG&E gas line located along Poinsettia Lane. S-4 RELOCATION Add the following: 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 lowted, relocated or are otheNvise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that inter- fere 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 therefor or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall ba con- structed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-l CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 9/l 1 /oo Contract No. 3551 Pa9e76of209 Add the following: For water, recycled water, and sewer work only: Daily log shall be submitted by Contractor’s superinten- dent on a one page form provided by Engineer. These logs shall be detailed with activities that took place during each day. Submit logs daily to the Engineer. If Work falls behind schedule, a revised schedule update as indicated above shall include revised sched- ules to demonstrate how Contractor intends to bring work back on schedule. Notify Owner at least 72 hours before start of construction. Add the following section: 6-l .l Construction Meetings. 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 person- nel 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 person- nel attend the Preconstruction Meeting will be grounds for default by Contractor per section 64. 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 prewnstruction meeting. Add the following section: 6-l .l .l 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 Con- struction Schedule shall indude each item and element of sections 6-l .2 through 6-l .2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-l .3.3 Electronic Media. Add the following section: 64.2 Preparation and Review of the Baseiiire 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 workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is preduded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and wn- elude with the date of final completion per the contract duration. The Baseline Construction Schedule shall ,include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Add the following section: 6-l .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. Add the following.section: 61.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall pre- pare and submit to the Engineer a tabular listing of all of the activiies, showing for each activity the iden- tification number, the description, the duration, the early start, the early finish, the late start, the late fin- ish, the total float, and all predecessor and successor activities for the activity described. Add the following section: 61.2.3 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. Add the following section: 9/l 1 /oo Contract No. 3551 paSe79of209 6-l .2.4. Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible ‘Suretrak” program by Primavera or “Project” program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency an 89 mm (3.5”) data disk with all network information contained thereon, in a format read- able by a Microsoft Windows 95 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 scheduling pro- gram other than the ‘Suretrak” program by Pnmavera or “Project” program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 500 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. Add the following section: 6-l .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 Engi- neer. The Baseline Construction Schedule shall include between 100 and 500 activities, including sub- mittals, 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 com- municate the Contractor’s plan for project execution, to accurately describe the project work, and to al- low monitoring and evaluation of progress and of time impacts. Each activity’s description shall accu- rately define the work planned for the activity and each activity shall have recognizable beginning and end points. Add the following section: 1) 6-l .2.6 Float. Float or slack time within the schedule is available without charge or compensation tc whatever party or contingency first exhausts it. . Add the following section: 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. Add the following section: 6-l .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 defautt by Contractor, per section 6-4. Add the following section: 61.2.9 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 Contrac- tor propose a project duration shorter than contract duration, a complete Baseline Construction Sched- ule must be submitted, reflecting the shorter duration, in complete accordance with ail schedule re- quirements of section 6-l. 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 ail other entities, public and private, which in- terface 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 exe- cution of a contract change order revising the project duration and implementing all contractual require. ments including liquidated damages in accordance with the revised duration. 9/l 1 /oo Contract No. 3561 a. Paqe 80 of 209 Add the following section: 6-l 2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The ’ Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engi- neer’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 pre- construction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-1.2.10.1 through 6-l .2.10.3. Add the following section: 6-l .2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the No- tice to Proceed, and Gill receive payment for the schedule in accordance with section 6-l .8.1. Add the following section: 6-l .2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon is- suance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the wm- ments prior to receipt of payment per section 6-l .8.1. Add the following section: 6-l .2.10.3 “Not Accepted.” The Contractorinust 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 hereinbe- fore and marked “Accepted” or MAccepted 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 sec- tion 64 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked ‘Accepted” by the Engineer. Add the following section: 61.3 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 sec- tion 2-5.3 and will include each item and element of sections 6-l .2 through 6-l .2.9 and 6-l .3.1 through 6-l .3.7. Add the following section: 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. Add the following section: 61.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contrac- tor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: # 9/11/00 Contract No. 3551 Page81 of209 6-l .3.3 Electronic Media. The schedule data disk shall be an 89 mm (3’4”) high density diskette, la- beled with the project name and number, the Contractor’s name and the date of preparation of the schedute data disk. The schedule data disk shall be readable by the software specified in section 6-l .2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would impedt full access of all data stored on it. Add the following section: 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. Add the following Section: 6-l .3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. . Add the following section: 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. Add the following section: 6-l. 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 sub- mittal. The Updated Construction Schedule will be returned marked as per sections 6-1.4.1 through 6- 1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or ‘Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a. monthly updated construction schedule marked “Not Accepted”. Add the following section: 6-l .4.1 “Accepted.” The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with section 6-l .8.2. Add the following section: 6-l .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 corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. Add the following section: 61.4.3 “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 wr- rected 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. Add the following section: 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 911 l/O0 Contract No. 3551 Page82of209 Agency may withhold Liquidated Damages for the number of days late. Should a subsequent ‘Ac- cepted” Schedule Update remove all or a portion of the delay, ail or the allocated portion of the previ- ously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the ‘Accepted” schedule. Add the following section: 6-l .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 up- date, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the sub- mittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of sec- tion 6-1, including but not limited to the acceptance and payment provisions. As used in this subsection ‘substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. Add the following section: 6-l. 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 Up- date must accurately represent the actual dates for all activities. The final schedule update shall be pre- pared and reviewed per sections 6-l .3 Preparation of Schedule Updates and Revisions and 6-1. 4 En- gineer’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. Add the following section: 6-l .8 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of Twenty Thousand dollars ($20,000.00). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing ail labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing ail the work in- volved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these supplemental provisions and as directed by the Engineer. The Engineer’s determination that ea& and any construction schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be precedent to each and any payment for the ,Construction Schedule. Payments for Construction Schedule will be made as per sections 6-l .8.1 through 6-1.8.3. Add the following section: 6-l .8.1 initial Payment. 30% of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project Add the following section: 6-l .8.2 Monthly Updated Construction’ Schedule Payments. Equal Monthly Updated Construction Schedule Payments totaling 50% of lump sum bid price will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction sched- ule that is not marked uAccepted” by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subse- quent payment periods, or extensions to the contract, shall not exceed the stipulated lump sum price for Construction Schedule. Add the following section: . 6-l .8.3 Concluding Payment. A Final payment of 20°r6 of the stipulated for the Construction Sched- ule will be made when both one hundred percent of the contract work is completed and the Engineer has 9/l l/o0 Contract No. 3551 Pege83of209 a. accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and ail other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. Add the following section: 64.9 Measurement And Payment Of Construction Schedule. Payment for the Contractor’s preparation, revision and maintenance of the Construction Schedule shall be made at the contract lump sum price for “Construction Schedule” and in accordance with these Special Provisions, and no additional payment shall be made. 6-2 PROSECUTION OF WORK Add the following section: e-2.1 Order of Work. The work to be done shall consist of furnishing ail labor, equipment and materi- als, and performing ail operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The following description of work is as an overview only and shall not relieve the Contractor from his responsibilities to perform the coordination and work in ac- cordance the plans and specifications. Some phases or portions of phases may overlap each other and occur during the same time period. The work includes the widening of the Overhead Crossing on Poinsettia Lane between Carlsbad Bouie- vard and Avenida Encinas. The project will widen the existing structure and subsequent adjacent road- way from two-lanes of travel to four-lanes of travel, including bike lanes and sidewalks on either side. The project includes improvements to the 21” existing sewer, 8” existing recycled waterline, and 12” ex- isting waterline. The improvements will also indude a planted stamped concrete median with iandscap- ing and irrigation. s Add the following section: 6-2.2 General Construction Sequence for Water Main, Recycled Water Main and Sewer. Task 1: Task 2: Task 3: Task. 4: Task 5: Task 6: Task 7: Task 8: Task 9: Task 10: Pothole utilities - crossings, connections and potential conflicts. Submit shop drawings. Construct proposed 2linch sewer. Complete testing of 21-inch sewer. Construct B-inch water and recycled water mains each, inside of 16-inch steel casing on hangers across bridge span Construct proposed 12-inch and &inch domestic water mains and 12-i& recycled water main with expansion fitting vaults. Complete testing of domestic water main and recycled water main. Complete connection of 1Zinch domestic water main to existing lo-inch water main along Cansbad Boulevard and to existing 12-i& water main in Poinsettia Lane. Complete connection of &inch recyded water main along Poinsettia Road and remove disconnect vaufts. Place new water and recycled water pipelines into service. Add the following section: 6-2.3 Project Meetings. Progress meetings shall be held at the dates and times scheduled at the preconstruction meeting unless changes are agreed to by all parties and appropriate notification of such changes has been given. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, The Contractor’s Rep resentative”, SSPWC. When requested by the Engineer: subcontractors and consultants shall also at- tend Agenda. The agenda for these meetings shall include the following items: 1. Review progress of construction since previous meeting. 9/l l/00 Contract No. 3551 Page54of209 2. Discuss field observations, problems and conflicts. 3. identify problems which impede planned progress and develop corrective measures as required . to regain the projected schedule. Revise the construction schedule if necessary. 4. Plan progress during the next construction period. 5. Coordinate the progress of subcontractors. 6. Review changes proposed by the City for their effect on the construction schedule and comple- tion time. No separate payment for attendance of the Contractor, the Contractors Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME 6-6.4 Written Notice and Report. Modify as follows: 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 con- tinuing 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 su- pervisor and the make and model of each piece of equipment placed on standby, the cumulative dura- tion 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 Add the following: The Contractor shall diligently prosecute the work to completion within 166 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:OO p.m. on Mondays through Fridays, ex- cluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contrac- tor desires to work outside said hours. 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. City of Cartsbad Ordinance No. 8.48 prohibits construction between the hours of 7:00 p.m. and 7:00 a.m., and prohibits construction on Sundays and on legal holidays. Contractor is hereby advised that limited work windows are available in the NCTD right-of-way during the Working Day, as defined above, and that Saturday work will be required. Saturday work is anticipated for bridge removal, footing excavation, shoring, forming, deck placement, utility placement and other miscel- laneous items as required to construct the structure. Work schedules for the above work will be at NCTD’s option. (See section 7-5.2, Relations with the Railroad, for additional information.) 6-6 COMPLETION AND ACCEPTANCE Delete the second paragraph and Add the following: 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 sat- isfied that all the materials and workmanship, and all other features of the Work, meet the requirements of ail 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 9/l 1 /oo Contract No. 3551 Page85of209 completed and is ready for acceptance the Engineer will so certii 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 Re- ’ corder. The date of rewrdation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: Ail work shall be warranted for one (1) year after rewrdation 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. Add the following section: e-8.1 Completion Requirements. At the completion of the project the Contractor shall supply the En- gineer with a complete materials package showing items used, model numbers, makes, manufacturers recommendations, and material data sheets along with the as-built drawings. 6-9 LIQUIDATED DAMAGES Modify the last sentence of the first paragraph and the first sentence of the second paragraph and Add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Nine Hundred Dollars ($900.00) Execution of the Contract shall constitute agreement by the Agency and Contractor that $900.00 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 wn- stitute a waiver of this paragraph or of any damages. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE Modify as follows: All insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-: V and 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. Add the following: The Contractor, by entering into a contract with the City of Cartsbad (City) for Poinsettia Lane Overhead Widening Water, Recyded Water and Sewer improvements certifies and guarantees that the insurance which the Contractor furnishes for the contract will provide for the following in addition to the requirements of the City: The Contractor shall hold ham&w, indemnijr and defend the Gly of Cadsbad and their consultants, the Cadsbad Municipal Water Disttict and their consuttants, and each of their officers, agents and employees from any and all liability, claims, losses or damage arising out of or alleged to arise from the Contmctofs negl@enc8 in the perfo~ance of the work described in the constmction contract documents, but not including liability that may be due to the sol8 n8gi~enc8 of the City, their consuttants, or their officers, agents and employees. Fwthem?om, the Contractor shall pnwide compmhensiwkomm8~ia~ genemt liability insumnce, including compkted operations and contractual liability, with the latter cow-age sufficient to inSun? the contmctw’s indemnity, as above required; and, such 9l111oo Contract No. 3551 Page55of209 insurance will include the City, their consultants, and 8aCh of his officers, agents, and employees as additional insumds. 74 WORKERS’ COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are admitted and authorized to wn- duct business in the state of California and are listed in the official publication of the Department of In- surance of the State of California. Policies issued by the State Compensation Fund meet the require- ment for workers’ compensation insurance. 7-5 PERMITS Delete the first sentence and Add the foilowing five sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways ‘. (except State highway right-of-way), or other rights-of-way. A Right of Entry permit will be required to be obtained and paid for by the Contractor for work within NCTD right of way per section 7.5.2 of these supplemental provisions. Contractor shall not begin work until all permits incidental to the work are ob- tained. The Contractor shall obtain and pay for ail permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be induded in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. Add the following section: 74.1 Agency Permits. Agency permits for the Work are included in Appendix ‘A of these supplemental provisions. Agency permits pertaining to this project include: Coastal Development Permit number CDP 99-30 issued on January 5.2000. State of California Public Utilities Commission Authorization to Construct, dated July 20, 2000. Add the following section: 74.2 Relations with the Railroad. Add the following section: 7-5.2.1 General. The Contractor shall cooperate with the North County Transit District (NCTD), the Buriington Northern and Santa Fe Railway (BNSF) and the National Railway Passenger Corporation (AMTRAK), herein after collectively referred to as Railroad. it is understood the Railroad shall have absolute authority and right to cause the Contractors work on the Railroad Property to cease. . . Add the following section: 7-5.2.2 Right of Entry Permit. it shall be the responsibility of the Contractor to obtain a “Right of Entry” Permit from the North County Transit District Board, (The Board), prior to the commencement of any work. A Sample Permit is included in Appendix ‘A’ of these supplemental provisions. All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to engineering review, submittal review, railway flaggers and construction inspection, shall be th8 responsi- bility of the Contractor, and no other payment will be allowed, except as specified herein. Ail fees and costs associated with obtaining and complying with the terms of the Right of Entry permit shall be the responsibility of the Contractor. Contractor shall be required to make an $80,000 (eighty- thousand dollars) deposit to NCTD. The deposit to NCTD will be required prior to the issuance of the Right of Entry permit. Any portion of the deposit remaining after acceptance of the contract by the City will be returned to the Contractor. Payment to the Contractor for ail costs associated with obtaining and complying with the Right of Entry permit shall be considered as included in various items of work and no additional compensation will be allowed therefor. The Contractor after receipt of the Right of Entry Per- mit approved by the Board shall furnish the Engineer with two copies of the executed Right of Entry per- mit. 9/l 1 /oo Contract No. 3551 Page 87 of 209 Add the following section: 7-5.2.3 Railroad Requirements The Contractor shall notify Mr. Chip Wiilett in writing at least ten (10) working days prior to wmmence- ment of work on Railroad Right of Way at: North County Transit District 810 Mission Avenue Oceanside, CA 92504 (760)966-6504 (760)764-9403 FAX The details of construction, including proposed method of setup to perform the work, together with the formwork and demolition plans shall be submitted to the railroad for approval and shall not be under- taken without approval and shall not be undertaken until approval by the Railroad is given. All work within 25 feet of the centerfine of any track shall cease during the presence of rail traffic. Ail bridge demolition, erection, shoring, pile handling and concrete formwork plans are subject to the review and approval of the Board. Requirements for NCTD approval of bridge demolition, erection, shoring, hoisting and pile handling plans is included in Appendix ‘B’ of these supplemental provisions. At no time shall the formwork, falsework, scaffolding encroach upon the following temporary clearances: 19-O” Horizontally from the centerline of track 21’-6” Vertically from the top of tracks At no time shall any portion of shoring system be placed doser than 9-O” of centerline of track. All persons entering into the railroad right of way will be required to attend a preconstruction Railroad Safety Training wurse conducted by NCTD. No additional compensation to Contractor will be allowed for attendance at a Railroad Safety Training course. Add the following section: 7-5.2.4 Requirements for use of Railway Flaggers Railway Flaggers will be required on this Project. The presence of equipment, materials, or manpower will not be allowed within 25 feet of the centerline of any track without the presence of Railway Flaggers. Nor shall the performing of pile handling or pile installation operations occur at any location that is closer than the length of the pile being handled plus 25 feet to the wntertine of any track without the presence of Railway Flaggers. The Contractor shall be responsible for coordination with NCTD to schedule Rait- way Flaggers. Costs for Railway Flaggers shall be the responsibility of the Contractor and subtracted from the deposit made to NCTD. Costs for Railway flaggers average $35.00 per hour. Railway Flaggers will require stand down of work within NCTD right of way in advance of and after the passage of trains through’ the work zone. There are approximately 40 passenger trains and 5 freight trains per 24 hour weekday. Stand down time is at the discretion of NCTD and the Contractor shall not be compensated for any toss of efficiency as a result of stand down time. 9/11/00 Contract No. 3551 Page88of209 7-7 COOPERATION AND COLLATERAL WORK Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies dur- ing the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE 74.1 Cleanup and Dust Control. Add the following: 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. Add fhe following: 7-8.1.1 Cleaning During Construction. Maintain areas covered by Contract, adjacent properties, and public access roads. Keep these areas free from waste, debris and rubbish caused by construction. Conduct cleaning and disposal to comply with local ordinances and anti-pollution laws. Do not bum or bury rubbish and waste materials on project site. Do not dispose of volatile wastes, such as mineral spirits, oil or paint thinner, in storm or sanitary drains. Do not dispose of wastes into streams or waterways. Provide containers for collection and disposal of waste materiats, debris and rubbish. Use only cleaning materials recommended by manufacturer of surface to be deaned. Contractor shall keep the premises free at all times from accumulations of waste materials and rubbish. Contractor shall provide adequate trash receptacles around the site and shall promptly empty the containers when filled. Volatile wastes shall be property stored in covered metal containers and removed daily. The work area shall be swept dean of dirt and debris on a daily basis at the end of each workday. Wastes shall not be buried or bumed on the site or disposed of into storm drains, sanitary sewers, streams or waterways. All wastes shall be removed from the site and disposed of in a manner complying with local ordinances and anti-pollution laws. Adequate cleanup will be a condition for recommendation of progress payment applications. Treat access roads and parking areas as needed to control dust and prevent tracking of mud onto paved streets. Use water or dust preventative to control dust. Cover or wet loads of excavated material or rubbish leaving site or of material being imported to prevent blowing dust. Wet down dry materiats and rubbish to prevent blowing dust. Clean public access roads to site. Remove material failing from haul trucks. 74.19 Final Cieanlng. Restore construction areas to preconstruction wnditions after completing of work and immediately before final inspection. Restore lines and grades of areas used for earthwork storage. Clean, sweep, and wash Work and equipment, induding finishes. 9/l 1190 Contract No. 3551 PsgeSSof209 Remove grease, dust, dirt, stains, labels, fingerprints and foreign materials from sightexposed interior and exterior finished surfaces. Polish surfaces so designated. Repair, patch and touch up marred surfaces to specified finish to match adjacent surfaces. Remove from Owner’s property temporary structures and materials, equipment and appurtenances not required as part of, or appurtenant to, completed Work. After Work is complete, remove from site loose concrete, lumber, wire, aggregate or rock piles. reinforcing, rubbish, debris and materials not incorporated in Work. Remove excess pointing mortar materials and other debris within pipes. All cleared and waste material shall bewme the property of the Contractor and shall be disposed of by him outside the limits of work in accordance with the applicable ordinances and regulations of governmental agencies having jurisdiction. Excess excavated material acceptable to the Owner’s Representative may be disposed of on Owner’s property as directed by the Owner’s Representative. Excess cut material and removed pavement and other unacceptable excavated material shall be disposed of in a location to be selected by the Contractor. The contractor shall be held responsible for selecting the disposal site and acquiring permission from the property owner for disposal. Excess material must not be put in watercourses or in any location where it will interfere with the natural drainage. 7-8.4 Sanitation, Add the following: The Contractor shall, at all times, provide for his employees abundant supply of safe drinking water and shall give orders against the use of, for drinking purposes, any water in the vicinity of the work known to be unsafe. The Contractor shall provide suitable and conveniently located temporary toilets for use by his forces. They shall be left at the site until final inspection has been made. 7-6.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a wn- struction meter for water used for .the construction, plant establishment, maintenance, cleanup, testing and ail other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and ail, 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. 7-6.5.1 Constniction Water Add the following: Construction water shall be dean and free from objectionabte deleterious amounts of acids, alkalis, satts, or organic materials. lf water is taken through fire hydrants, use one 2X-inch connection for wnstruction water. Reserve remaining outlets for use by fire department. Unless otherwise stated, make arrangements to develop water sources, provide backflow protection and supply labor and equipment to cotlect, load, transport, and apply water as needed for compaction, testing, concrete work, dust control, and other construction use. 7-6.6 Water Pollution Control. Add the following The Contractor shall comply with all requirements of the storm water pollution and monitoring plan prepared for this project in accordance with the Caiifor- nia State Water Resources Control Board order number 924%DWQ, NPDES General Permit number CASOOOO02 and the water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity” 718.7 Drainage Control. Add the following: Storm water management operations shall be conducted and maintained as needed to prevent runoff or seepage from entering excavations and to control erosion in conformance with Federal, State and local regulations. 9/l 1 /oo Contract No. 3551 . . Pa989oclf209 Add the following section: 7-6.8 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 Ordi- nance, Carisbad Municipal Code Chapter 8.48. 79 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Add the following: Where connections or disruptions have been made to existing work, repair, reactivate, refill and recharge components, restoring them to preconstruction conditions. Follow procedures of authorities having Ownership or jurisdiction for work involving existing utilities and services. 740 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access, Add the following: Construct and maintain access or haul roads required for project, and personnel movement into and within construction and excavation areas, subject to prior approval by owner. Install and remove earth ramps as needed to protect concrete and asphalt curbs. Areas uSed for temporary access, haul roads and access from public roads shall be graded and restored to original. Grade conditions to Owner’s satisfaction. 740.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: After ob- taining the Engineers approval and at least 5 working days before dosing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following : 1) The Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 438-l 161 X-441 1 2) Cansbad Fire Department Dispatch . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 931-2197 3) Carlsbad Police Department Dispatch . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 931-2197 4) Cartsbad Traffic Signals Maintenance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ) (760) 438-2980 X-2937 5) Carisbad Traffic Signals Operations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 436-l 161 X4500 6) North County Transit District . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 743-9346 7) Coast Waste Management . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and induding, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that af- fects bus stops. 740.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accor- dance with the plans, Chapter 5 of the California Department of Transportation “Manual of Traffic Con- trols,” 1996 edition and these Supplemental Provisions. if any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. in the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, de- lineation or devices and.charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duratii 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 2%5.l.et seq. All temporary reflective channetiiers shall conform to the provisions of section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking. and curb marking shall wnfon to the provisions of section 21 O-l .6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-l .6for materials and section 310-5 et seq. for workmanship. Warning and advisory signs, 9/l l/O0 Contract No. 3551 Pa(le91 of209 lights and devices installed or placed to provide traffic control, direction and/or warning shall be fur- nished, 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 re- main 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 travelling 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 under- ground 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 travelling 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 Specifica- , tions”, except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor’s employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (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 7.6 m (25’) intervals to a point not less than 7.6 m (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 C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags, The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-l 0.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 6’, nor operate equipment within 2’ from any traffic lane occupied by traffic. For equipment the than 2’ shall be meas- ured from the closest approach of any part of the equipment as it is operated and/or maneuvered in per- forming the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduc- tion is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of 2 paved traffic lanes, not less than 11’ wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS ‘Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these Supplemen- tal Provisions. The provisions in this section will not relieve the Contractor from its responsibility to pro- vide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: 9/l 1 too Contract No. 3551 Page92of209 7-10.3.4 Traffk Control for Permanent and Temporary Traffic Striping. During traffic stripe opera- tions, traffic shall be wntrolled with lane closures, as provided for under “Traffic Control System for Lane Closure” of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer’s written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall’be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the “Traffic Manual”, 1996 edition 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 centenine pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other tempo- rary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delinea- tion is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Trafk’ Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submit- ted as a part of the Work for any construction activities that are a part of this project that are not induded in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to imple- menting 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 tran- sition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the “MANUAL OF TRAFFIC CONTROLS”, 1996 Edition as published by the State of California Department of Transporta- tion. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a regis- tered professional engineer approprtatety registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modifications, addition, supplement, and/or new design shall not be im- 9/11/00 Contract No. 3551 Pa9e93of209 plemented and no work shall be commenced that is contingent on such approval until the Engineer ap- proves the changed TCP. The preparation of such modification, addition, supplement, and/or new de- signs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal anr’ review requirements for such modifications, supplements, and/or new designs to TCP shall conform tt the requirements of section 2-5.3 Shop Drawings and Submittals. Add the follawing section: 7-l 0.3.7 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 roadway flagging costs), materials (including signs and portable arrow board), 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 traffkz control system as shown on the plans and approved additions and modifications, as specified in these supple- mentat provisions, and as directed by the Engineer. All expenses and time to prepare and review modifi- cations, 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. Roadway flagging costs will be paid for as a part of the Lump Sum Amount for “Traffic Control.” Costs for placement, and maintenance of temporary loop detection will be paid as part of the Lump Sum Amount for Traffic Control”. The cost of labor and material for portable concrete barriers and temporary sand filled crash cushions 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 and temporary sand filled crash cushions, they will be paid as an incidental to the work being performed and no additional payment will be made therefor. Progress payments for “Traffic Control” will be based on the percentage of the improvement work completed. No additional payment will be allowed for chain link fence or temporary traffic screen placed on portable concrete barriers. Y Add the following section: 7-10.4.5 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and .progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. Add the following: 7-10.4.6 Asbestos Materials 1) General: It is the specific intent of these Contract Documents to exclude from the work any and all products or materials containing asbestos. No products containing asbestos shall be incorporated into the work. If asbestos mat&ials areencountered during any work, the Contractor shall promptly notify the Engineer in writing. Removal of existing asbestos material shall be performed by a Contractor registered by CALIOSHA and certified by the State Contractors Licensing Board for asbestos removal. Copiis of the certification shall be submitted to the Engineering prior to the commencement of any asbestos removal activities. The Contractor or subcontractor shall wmply with all State and Federal laws regarding handling and removal of asbestos materials. The Contractor shall be responsible for the proper identification, removal and disposal of all asbestos materials. 2) Health Hazard: The Contractor is warned that asbestos is a known human carcinogen when inhaw and poses serious health risks. Asbestos fibers are easily inhaled and can result in chronic respirator) iHness, cancer and other severe adverse health effects. 9/l 1100 Contract No. 3551 P8!@94OfZCtQ 3) Joining Existing Asbestos Cement Pipe: In the specific instance of making piping connections to existing asbestos cement pipe, the Contractor shall remove A.C. pipe to nearest joint, install new tee and valves, install C900 pipe and connect to ACP with CSOOxACP plastic couplings in strict conformance with the tapping sleeve manufacturer’s recommendations and all applicable CAUOSHA, EPA and governing health agency requirements. 4) Cutting and Handling Asbestos Cement Pipe: The Contractor shall perform all cutting and handling of asbestos cement pipe in strict conformance with all applicable CAUOSHA, EPA and governing health agency requirements. The Contractor shall provide sufficient supervision and monitoring to assure said conformance. Add the following: 7-10.4.7 Construction Aids. Scaffolding, rigging, hoisting and services needed to safely deliver and install products shall be provided. Remove same from premises when installation is complete. 7-10.4.8 Compliance With State Safety Codes. All necessary machinery guards, railings, and other protective devices shall be provided as specified and/or required by the State of California Division of Industrial Safety and the Occupational Safety and Health Administration. It is assumed that all fabricators, electrical and machinery manufacturers and other equipment suppliers are conversant with such regulations and they shall be responsible for the industrial safety aspects of such equipment. All equipment shall comply with all rules and regulations of the Safety Orders of the State of California Division of Industrial Safety and all local building, plumbing, and electrical codes and ordinances. Safety guards shall be galvanized and painted after fabrication and shall be easily removed to permit inspection, removal and repair of the moving parts. 7-10.4.9 Fire Control. Fire danger shall be minimized at and near construction site. Protect surrounding private property from fire damage resulting from construction operations. 7-10.4.10 Responsibility For Job Site Conditions. Contractor agrees that he shall assume soie and complete responsibility for job site conditions during the course of construction of this project, including safety of all persons and property; that this requirement shall apply continuously and not be limited to normal working hours; and that the Contractor shall defend, indemnify and hold the Cii and the design consultant harmless from any and all liability except for that arising from the sole negligence of the City. It is the Contractots sole responsibility to protect the safety of employees from construcWn-related conditions or activities. Add the following: 743 LAWS TO BE OBSERVED Add the following: Municipal ordinances that affect this work indude Chapter Il.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. 9/l 1 /oo Contract No. 3551 Pa9f395of209 Add the following: 7-l 6 CONNECTIONS TO EXISTING FAClLlTlES 746.1 Scope. Contractor shall perform all construction necessary to complete connections and tie-ins to existing facilities under City Supervision. Contractor shall keep existing facilities in operation, unless otherwise specifically permitted in these supplemental provisions or approved by City. Contractor shall perform all construction activities so as to avoid interference with operations of the facilii and the work of others. Contractor shall provide potholing for locating and field verifying all existing piping, structures and equipment affected by the Work. All potholing shall be performed by the Contractor at no additional cost to the City. Delays in the Work, as a result of insufficient potholing, will be solely. the Contractor’s responsibility. No time extensions will be allowed for Contract Work that is delayed as a result of insufficient potholing and field verification. 746.2 Sequencing And Operations. All operations of existing valves and gates required for the Work shall be done by the District. Insofar as possible, all equipment shall be tested and in operating condition before the final tie-ins are made to connect equipment to the existing facility. Contractor shall carefully coordinate all Work aqd schedules and shall provide Cii written notice before shutdowns or by-passes are required. 746.3 Submittals. Submit detailed schedule of proposed connections, listing sequence and durations of all activities including shutdowns and tie-ins. Add the following: 7-17 FIELD TESTS, ADJUSTMENTS AND OPERATION All mechanical equipment installed by the Contractor shall be operated and tested by the Contractor to the satisfaction of the owner. Tests shall be made to determine whether the equipment has been property assembled, aligned, adjusted, and connected. Any changes, adjustments or replacements of equipment, which are due to errors or omissions on the part of the Contractor, shall be done at his own expense. Equipment shall be tested at rated pressures for required performance. The District shall furnish the water for testing purposes. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8:2 FIELD OFFICE FACILITIES Add the following: Contractor shall furnish the Engineer a “Class A” Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field of- fice throughout the entire duration of the contract unless the Engineer shall otherwise direct. 8-2.1 Class “A” Field Office. Add the following: Additionally the “Class A” Field Office shall be provided with: one (1) additional standard 1.5 m (5’) double pedestal desk with two chairs, one (1) 9/l lloo Contract No. 3561 Page96of209 electrostatic copier and supplies, one (1) FAX machine Panasonic Model Panafax UF-560 or Sharp model FO54OOT, or equal. Water cooler to have hot and chilled water. Furnishings are subject to agency approval. The field ofke shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. The Contractor shall provide access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer. The field office shall have a 600 mm by 900 mm (24” by 36”) sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The Engineer will supply the City seal. ~~ ~~~ ~~~~ CITY OF CARLSBAD ENGINEERING INSPECTION 8-6 BASIS OF PAYMENT Add the following: Payment for field office will be made at the monthly price bid and will include full compensation for in- stalling and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, electrical, telephone, potable water and sanitary facilities, and maintenance. The ‘monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. SECTION 9 - MEASUREMENT AND PAYMENT 9-l MEASUREMENT OF QUANTITIES FOR UNlT PRICE WORK Q-1.1 General, Add the following: Work Not Listed in the Bid Schedule: Costs for related work and appurtenances which are required and/or implied by the General Provisions, Technical Specifications, Special Provisions and Plans and are not listed as a separate bii item but are necessary to complete the project shall be induded in the appropriate bid item or items within the proposal. 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. Add the following: 9-1.5 General (Measurement). Measurement for unit price quantities shall be based upon the appropriate bid item in the proposal. The actual quantity of measurement shall be as constructed by the Contractor in place in conformance with the Plans and Specifications. 9/l 1 /oo Contract No. 3551 Page 97 of 209 9-1.5.1 Linear Measurements. Pipelines’ and related facilities’ measurements shall be made horizontally and/or vertically along the centerline of the pipeline and related facilities through tees, bends, valves, fittings and as shown on the Plans for its limits or as otherwise specified in the Special Provisions Manholes and vaults shall be measured vertically from the lowest to the highest elevations and as showr, on the Plans or as otherwise specified in the Special Provisions. g-1.5.2 Area Measurements. Measurement for bid items involving area units shall be based upon the surface area measured in acres, square yards, square feet or as indicated in the bid item. Q-1.5.3 Volume Measurements. Measurement for bid items involving volume units shall be based upon the volume measured in cubic yards, tons or as indicated in the bid item. 9-1.5.4 Unit Measurements. Measurement for bid items invohitng units of the item shall be based upon the number of units counted as indicated in the bid item. Q-1.5.5 Lump Sum Measurement. Measurement for a lump sum bid item shall be wnsidered as a complete project or a completed portion of a project constituting a unit. The items to be included in the lump sum bid shall be as specified in the proposal bid item an&or the Standard or Special Provisions. g-1.5.6 Final Pay Quantity. When an item of work is designated as a final pay quantity by the Agency in the Bid Schedule, the estimated quantity for that item of work shall be the final pay quantity, unless the dimensions of any portion of that item are revised by the Engineer, or the item or any portion of the item is eliminated. If the dimensions of any portion of the item are revised, and the revisions result in an increase or decrease in the estimated quantity of that item of work, the final pay quantity for the item will be revised in the amount represented by the changes in the dimensions. If a final pay item is eliminated, the estimated quantity for the item will be eliminated. If a portion of a final pay item is eliminated, the final pay quantity will be revised in the amount represented by the eliminated portion of the item of work. The estimated quantity for each item of work designated a final pay quantity shall be considered as ap- proximate only, and no guarantee js made that the quantity which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantity. No allow- ance will be made in the event that the quantity based on computations does not equal the estimated quantity. 99 PAYMENT 9-3.1 General. Delete the fifth paragraph and substitute the following: If Contractor fails to comply with a request of City, or is unable to comply with a request, and it is necessary for City’s forces to do Work that is Contractor’s responsibility, City will bill Contractor. Each incident requiring work by City’s forces will be covered by a separate billing. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of rewrdation of the “Notice of Completion” Add the following: Payment for obtaining and complying with permits during construction, induding, but not limited to, NPDES permits, building permits, encroachment permits, excavation permits, drilling permits, disposal permits, temporary easements, licenses, inspection fees, and Federal, State and local taxes will be induded in prices bid for work for which such costs are appurtenant. Payment for coordinating with agencies, events and persons described will be induded in prices bi for work to which coordination is appurtenant. Add the following: 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date 9/l 1 /oo Contract No. 3551 Page98of209 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 the Standard Specifications (SSPWC). 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 Contrac- tor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the pro- gress 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 docu- ment 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 property submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Es- timate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantii 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 Engi- neer 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 subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascer- tain the basis and amount of said disputed items. The Engineer will consider the merits of the Contrac- tor’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 in- volved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. g-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 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 subsection 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 re- quired under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 66.3 Payment for Delays to Contractor, 66.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. 9/l 1100 Contract No. 3551 Pa9e99of209 The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the ba- sis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims ap- proved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate. Add the following section: g-3.4.1 Mobilization. Payment for Mobilization will be made at the lump-sum price bid in the bid schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and prepara- tory 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. Progress payments for Mobilization 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 will be allowed. For the second progress payment, an additional sixty per- cent (60%) of the amount bid for mobilization will be allowed therefore. Add the following section: 9-3.5 Other Payment for protecting or replacing destroyed monuments, or survey stakes and the cost of replacing such staking will be included in the price bid for items of Work for which alignment or limits must be staked. Payment for verification of Geld dimensions and utility locations will be included in the price bid for items of work which may require relocation or reftiing if field dimensions differ from those shown on plans. Payment for power to be furnished by Contractor for wnstruction use will be induded in the price bid for items to which it is appurtenant. Payment under these items will include full compensation for furnishing labor, products, toots, and equipment and doing work necessary to obtain and distribute power for construction purposes. Payment for dust control, induding dust palliatives and water supply and application will be included in the price bid for items of work for which dust control during-construction is appurtenant. Payment for costs arising from fire or prevention of fire will be induded in the price bid for items of work for which fire protection during construction is needed. Payment for noise control facilities will be induded in the price bid for items of work where noise aHrol facilities are required during construction. Q 9/l 1 /oo Contract No. 3551 P89ellooof2o9 . . Add the following: 95.6 Bid Item; For This Work. This section covers methods of measurement and payment for items of . Work under this Contract. The total Bid Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be induded in the prices bid. Add the following: 9-3.7 Estimated Quantities. All estimated quantities stipulated in the Bid Form or other Contract Documents are approximate and are to be used only (a) as a basis for estimation the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefore. 9/l 1 /oo Contract No. 3551 Page 101 of 209 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-l ROCK PRODUCTS Add the following section: 200-l .2.2 Permeable Material. Permeable material shall consist of hard, durable, dean sand, gravel, or crushed stone, and shall be free from organic material, day balls, or other deleterious substances. . Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Per- meable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-l .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 altema- tive gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-l .2.2(A) and 200-l .2.2(B). TABLE 200-l .2.2(A) CLASS i pE~iwmLE 1iii1ERi~L Percentage Passing TypeA TypeB 100 Sieve Sizes 50-mm (2”) 37.5mm (1 1/2”) 95-100 1 g-mm (3/4”) 100 50-l 00 12.5-mm (1/2n) 95-100 - I 9.5-mm (“/,“) 70-l 00 15-55 4.75-mm (No. 4) o-55 O-25 2.36-mm (No. 8) O-10 O-5 I 75-urn (no. 200) Sieve Sizes 25-mm (1”) 1 g-mm (3/,n) 9.5mm (Van) 4.75mm (No. 4) 2.36-mm (No. 8) 600~urn (No. 30) 300~urn (No. 50) 75-urn (no. 200) TABLE 200-l .2.2(B) CLASS 2 PERMEABLE MATERIAL Percentage Passing 100 90-100 40-100 25-40 18-33 5-15 O-7 O-3 9/l 1 /oo Contract No. 3551 Page 102 of 209 200-2 UNTREATED BASE MATERIALS 200-2.1 General. 200-2.2). Add the following: Aggregate base shall be crushed aggregate base (Section SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-l PORTLAND CEMENT CONCRETE TABLE 201-l. 1.2(A) Modify as follows: TABLE 201-l .1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (‘) Trench Backfill Slurry 115-E-3 (190-E-400) Maximum Slump mm (Inches) 100 (4”)“’ 200 (8”) Street Light Foundations and Survey Monuments Traffic Signal Foundations L Concreted-Rock Erosion Protection 330-C-23 (560-C-3250) 350-C-27 (590-C-3750) 310-G17 (520-G25OOP) 100 (4”) 100 (4”) per Table 300-l 1.3.1 (1) Except that concrete required to be of higher strength by Table 201-l .1.2(A) SSPWC shall be as per Table 201-l. 1.2(A) SSPWC. (2) As per Table 201-l .1.2(A) SSPWC. (3) Portions of Table 201-l. 1.2(A) of the Standard Specifications for Public Works Construction not ‘shown herein as changed are not affected by this table. 201-l .2.4 Chemical Admixtures. (e) Air-entraining Admix&s. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than l-112 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-2.2.4 EpoxylcoatN reinforceriwnt. Epoxy-coated reinforcement shall conform to the provi- sions in 201-2.2.1. In addition to all locations shown on the Plans, all reinforcement for Type 26 Concrete Barrier shall be epoxy coated. All coatings shall be light green in wlor. Bar reinforcement to be epoxy-coated shall conform to the ASTM Designation and grade required or elsewhere in the Specifications for the location or type of structure involved. The epoxy-coated bar rein- forcement shall conform to the provisions of ASTM Designation: A 775/A 775M, except as provided herein. Fabrication and jobsite handling of the epoxy-coated bar reinforcement shall conform to the pro- visions of ASTM Designation: D 3963/D 3963M, except as provided herein. When any portion of a reinforcing bar or wire requires epoxy coating, the entire bar or wire-shall be coated. 9/l l/00 Contract No. 3551 ,. Page 103of209 Within areas.where epoxy-coated reinforcement is required, tie wire and bar chairs or other metallic de- vices used to secure or support the reinforcement shall be plastic-coated or epoxy-coated to prevent corrosion of the devices or damage to the coated reinforcement. If any bar or wire reinforcement tested for coating thickness or for flexibility of coating fails to meet the requirements for coated bars in Section 8 of ASTM Designation: A 775/A 775M or A 884/A 884M, re- spectively, 2 retests on random samples taken from bars represented by the failed test will be conducted for each failed test. If the results of both retests meet the specified requirements, the coated bars repre- sented by the samples may be certified as meeting the test requirements. Epoxy-coated reinforcement shall be covered with an opaque polyethylene sheeting or other suitable protective material to protect the reinforcement from exposure to sunlight, salt spray and weather. For stacked bundles, the protective covering shall be draped around the perimeter of the stack. The wver- ing shal! be adequately secured; however, it should allow for air circulation around the reinforcement to prevent condensation under the covering. Epoxy-coated reinforcement shall not be stored within 1000 feet of ocean or tidal water for more than 2 months. All visible damage to the coatings caused by shipping, handling or installation shall be repaired as re- quired for repairing coating damaged prior to shipment as specified in ASTM Designation: A 775/A 775M for bar reinforcement or ASTM Designation: A 884/A 884M for wire reinforcement. When the extent of coating damage prior to repair exceeds 2 percent of the bar or wire surface area in any one foot length, repair of the bar or wire will not be allowed and the coated bar or wire will be rejected. The patching material and process shall be suitable for field application. The patching material shall be prequalified as required for the coating material and shall be either identified on the container as a mate- rial compatible with the bar reinforcement coating, or shall be accompanied by a Certificate of Compli- ance certifying that the material is compatible virith the bar reinforcement coating. Damaged areas shall be patched in accordance with the patching material manufacturer’s recommendations. If damage to a bar occurs during field bending the area shall be patched immediately with the prequalified patching ma- terial. A Certificate of Compliance shall be furnished for each shipment of epoxy-coated bar or wire reinforce- ment certifying that the coated bars conform to the requirements of these Special Provisions. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 2036.2 Materials. Add the following: course, and B-AR 4000 for base course. Asphalt concrete shall be class C2-AR 4000 for surface 203-6.6.1, General, modify as follows: Second paragraph, add after 02172: “method A or B.” 20346.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete ‘and from the Engineer’s field laboratory”. 2036.7 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in ex- cess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 9/l 1 /oo Contract No. 3551 Page104of209 SECTION 206 - MISCELLANEOUS METAL ITEMS 206-3.3 Accesshole Frame and Cover Sets. Add the following: Frames and covers shall be designed for H-20 loadings. Before leaving the foundry, all castings shall be thoroughly cleaned and subjected to a hammer inspection. Frames and covers shall be match-marked in sets before shipping to the site. Covers shall have the word “SEWER” and the words “City of Carlsbad” cast thereon as shown on the Plans. No other lettering on the top side will be permitted. Hatch frame and cover for combination air release valves shall be BILCO type “J-AL”, rated for H-20 traf- fic loading. Add the following m3iOf-t: 206-7 TRAFFIC SIGNS Add the following section: iQQ-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of 1 O-gage and 12page cold- rolled steel perforated tubing. This.includes all signs usedfor the direction, warning, and regulation of vehicle (including bicycle) and pedestrian trafftc upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7.1.1 Genemi. Materials, legend, proportion, size, and fabrication of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the require- ments of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993’, Sheets 1 through 5 that accompany ‘SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” of dimen- sions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Ma- terial Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the ‘SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993” require the Contractor or sup- plier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to pro- vide a quality control program or to allow testing, approval, observation of manufacturing or assembly op- erations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. . Add the following section: 206-7.1.2 Sign identifkation. Modify the “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” as follows: Sign identification shall be as per “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993’, except that the notation shall be ‘PROPERTY OF THE CITY OF CARLSBAD”. Add the following section: 206-7.1.3 Dmwings. Modii the ‘Specifications For Reflective Sheeting Signs, October 1993’ as follows: Standard signs shall be as per the most recently approved %pproved Sign Specification Sheets’ of the State of California, Department of Transportation. The date of approval shall be the date most dosefy preceding the date of manufacture of the sign(s) or the date of the ‘Notice to Proceed” of this contract, whichever is most recent. Add the following section: 206-7.1.4 Refktive Sheeting. Modify the ‘Specifications For ReftectNe Sheeting Sins, October 1993 as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type ill en- capsulated lens sheeting wnfonning to the requirements of this specification. All sign designations shall m w 9/l 1100 Contract No. 3551 Page 105 of 209 a. be as per the “Traffic Manual”, 1996 revision, as published by the California D8pafh8nt of Transporta- tion. Add the following section: 206-7.1.6 Substrate. Modify the ‘Specifications For Reflective Sheeting Signs, October 1993” as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following Section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall b8 installed on lOgag or 12gage 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 l&gage or 12gage cold-rolled steel perforated tubing posts. The number of posts shall b8 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 l&gage or 12gage cold-rolled steel perfo- rated tubing when multiple posts am used. Posts shall be constructed of lo-gage or 12gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs us8d for the direc- tion, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor’s perfomance of the Work. Temporary traffic signs in&Id8 both stationary and portable signs. Add the following SBctjOn: . . 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehid8 (including bicycle) and pedestrian traffic shall conform to the requirements of ‘Specifications For Reflective Sheeting Signs, October 1993”, Sheets 1 through 5 that accompany ‘Specifications For Reflective Sheeting Signs, October 1993’ of dimensions and details, dated April 1987, and ‘OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, office of Material Opera- tions, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The ‘Specification For Reflective Sheeting Signs, October 1993” require the Contractor or supplier to notify the Oepartment of Transportation or to certify compliance to said ‘Specifications For Refl8ctiie Sheeting Signs, October 1993, to provide a qualky control program or to allow testing, approval, obsenration of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or of- ficials, such rights shall be v8st8d in the Engineer. Add the following s8ction: 206-7.2.2 Drawings. Modii the ‘Specifications For Refl8ctive Sheeting Signs, October 1993” as follows: Standard temporary traffic signs shall be as per the most recently approved Xpproved Sign Specification Sheets’ of the State of California, Department of Transportation. 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 Prowed” of this contract, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the ‘Specifications For R8fl8ctive Sheeting Signs, October 1993 as follows: All advisory signs, warning signs and all regulatory signs, , shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. All sign designations shall be as per the ‘Traffic Manual”, 1996 revision, as published by the California Department of Tmns- portation. Add the following s8ction: 9/l 1 lo9 Contract No. 3551 Page 166 of209 206-7.2.4 Substrate. Modify the ‘Specifications For Reflective Sheeting Signs, October 1993” as fol- lows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum Substrate. Add the following section: 206-7.2.5 Stationary Mounted T8mpOraty Traffic Signs. Stationary mounted temporary tmffk signs shall be installed on IO-gage and 12gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation “Standard Plans” lg95 edition standard plans numbers RSl , 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 abOV8 the edge of traveled way shall be at least 2.1 m (7’). . . d) Unless otherwise shown on the plans t&fiC sign posts shall conform in materials and installa- tion to SDRS drawing M-45 and shall have one post provided for 8aCh 0.48 mZ (5 ff) of sign area, or the signs may b8 installed on existing lighting standards when approved by the Engi- neer. 8) Sign panels mounted on temporary traffic sign posts shall confomr to the requirements speci- fied for aluminum signs in the “Specifications For R8fl8&8 Sheeting Signs, October 1993”. Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be IO-gage or 12gage cold-rolled steel petfo- r@ed tubing Used for the support and stabilization of stationary mounted t8mpOmry signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are in- stalled 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 r8flective sheeting applied to a sign substrate. Add the following section: . . 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 b8 capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the require ments of sign panels for stationary mounted signs in the ‘Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fab- ric signs shall not be used during the hours of darkness. Size, wlor, and legend requirements for port- able signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supple- mental Provisions. The height to the bottom of the sign panel abOV8 the edge of traveled way shall b8 at least 0.3-m (12”). All parts of the sign standard or framework shall be finished with 2 applications of or- ange enamel, which will match the wlor of the sign panel background. Testing of paint will not be r8- quired. Add the following section: 2064 LIGHT GAGE STEEL TUBING AND CONNECTORS Add the following section: 2068.1 General. This Section pertains to 1 O-gage and 12gage cold-rolled steel perforated‘ tubing used for the support and stabilization of signs. All shapes shall haV8 a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grad8 A. Galvaniting shall wnfonn to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching opera- tions have been Wmpl8t8d. 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: 9/11/00 Contract No. 3551 Pege 107 of209 2068.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+O.O? l”, -0.005”). Convexity and concavity measured in the c8nter of the flat side shall not exceed a tolerance of +0.25 mm (+O.OlO”) applied to the specific size determined at the comer. Straightness tolerance varia- tion shall not exceed 1.6 mm in 1 m (l/16 * in 3’). Tolerance for wmer radius is 4.0mm (S/32”), plus or minus 0.40 mm (l/64”). Weld flash on comer-welded square tubing shall permit 3.60 mm (9164”) radius gage to be placed in the comer. Using lo-gage or 12-gage square tube; consecutive size tubes shall telescope freely for 3.1 m (10’). Tolerance on hole size is plus or minus 0.40 mm (l/64’) on a size. Toler- ance on hole spacing is plus or minus 3.2 mm in 6.1 m (l/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 206-6.2(A) LIGHT GAGE STEEL TUBING SlZE TOLERANCE I Nominal Outside! Dimensions 1 Outside Tolerance fori All Sides at Comers i kc ,y-------- - ------~T&$ - - ’ Mm %?----I LIGHT GAGE ! _ STEEL TUBING SQUAREliE& OF SIDES AND TWIST Nominal Out4 Dimension ISquare IEness”’ bwist Permissibte 1 in 900 mm (3”) (‘) Tubing may have its sides failing to b8 90 degrees to each other by the tolerance listed. (2) Twist is measured by holding down the edge of one 8nd of a square tub8 on a surface plate with the bottom side of the tub8 parallel to the surface plate, and noting the height that ei- ther wmer on the opposite end of the bottom side is above th8 surface plate. Add the following section: 206-6.3 Fastemers. FaSt8n8tS used to assemble cold-rolled steel perforated tubing shall b8 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 Ill . 9/l 1 /oo Contract No. 3551 Page 105of209 SECTION 207 i PIPE Add the following section: 207-l PRECAST ACCESSHOLES Precast reinforced concrete accesshole riser and tops shall be constructed of Type 564-B-3000 concrete and shall conform to the Specifications of ASTM C478, except as herein modified, The minimum allow- able steel shall be hoops of No. 4 Wire, to be castlnto each unit at adequate places as a precautionary measure for handling. Accesshole components shall be designed for H-20 highway loads and site soil conditions. The minimum nominal thickness for formed and vibrated sections shall be l/8 of the internal diameter of the riser or largest wne diameter. Accessholes shall be fabricated only from eccentric taper sections and standard cylinder units of the proper internal diameter. Accesshole sections shall be cast without galvaniied steel ladder rungs unless otherwise shown on the Plans. Precast concrete accesshol8s shall be manufactured by Associated Concrete Products, Am&on, South- west Concrete Products, Inland Concrete Products, or approved equal. Add the following: 207-l 0.1 General. Add the following: Fabricated Steel Pip8 and Fittings shall conform in all respects to Part II, Materials, Section A, of the Carlsbad Municipal Water District Rules and Regulations for Construction of Public Potable Mains and Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, latest editions. Steel pipe shall be pm-bent to radius as shown on plans. Manufacturer shall place markings on pipe to insure that pieces are joined correctly. Pip8 lining and coating shall be as indicated on the Plans. Pipe lining shall conform to AWWA C205 Sec. 4.4, ‘Cement- Mortar Lining”. Recycled water mains that are to b8 epoxy coated shall be painted purple as called for in the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Public Re- claimed Water Mains, latest edition. 2074 02.5 Joints. Delete joints numbered; 1) Bell-and spigot ends with rubber gaskets, 3) Plain ends fitted with butt straps for field welding, 4) Ends prepared for mechanical coupled field joints, 5) Plain ends fitted with flanges. Add’as 1): Plain Butt joint with beveled ends for field welding. Pip8 ends to b8 butt welded shall be bev- .8led to an angle Of 30”. 207117.1 General. Add the following: All pipe shall be of solid wall construction with smooth interior and exterior surfaces. The minimum pipe stiffness for PVC gravity sewer pipe shall be 46 psi according to ASTM D2412. The pip8 shall b8 manufactured by J-M Manufacturing Company, Certainteed Corporation, Pacific Ex- truded Plastics Company, or approved equal. 207-l 7.3 Joining Systems. Add the following: The pip8 shall be jointed with an integral bell gasketed joint that meets the requirements of ASTM D3212, The gasket shall be manufactured from a synthetic elastomer and factory installed in the belled end of the pipe. Gasket shall conform to ASTM F477. 207-l 7.4.1 General. Add the following: Pip8 which is not installed within 120 days of latest test shall not be US8d without prior approval of the City. 9/l l/O0 Contract No. 3551 Pa9e109of209 207-2 REINFORCED CONCRETE PIPE 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 to- gether with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 20795.1 (A) DETECTABLE UNDERGROUND UTILITY MARI Property 1 Me TABLE 20795.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES AS. ._. -_ . _ _ Elongat.,. . Printability Flexibility Inks Message repeat Foil Top layer Bottom layer Adhesives . . _ ---- -- ASTM D2578 ASTM D671-61 Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications >50 dynes/square centimeter Pliable hand Heat-set Mylex Every 500 mm(20”) Dead soft/annealed Virgin PET Virgin LOPE >30 percent, solid l.S##/R i TABLE 207-25.1 (B) Coior Red Yellow Orange DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, danqerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable televi- sion. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 20735.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the require- ments of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Gffice of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7,1974. Report NTSB-PSS-73-1, C. American Petroleum institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. Contract No. 3551 Page 110 of209 D. General Services Administration, Washington, DC, Public Buitdings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2,. Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electri- cal Safety Code for Underground Construction for remote and immediate hazards. Add the following section: 207-26 PVC PRESSURE PIPE 20796.1 General. All materials for installation of Carlsbad Municipal Water District potable water and recycled water mains shall conform in all respects to the Carlsbad Municipal Water District’s Stan- dards and Regulations as referenced in the following paragraphs: 20736.2 Polyvinyl Chloride (PVC) Pressure Pipe - Potable Water. All Polyvinyl Chloride (PVC) pressure pipe for potable water shall conform in all respects to Part II, Materials, Section A of the Cartsbad Municipal Water District rules and Regulations for Construction of Public Potable Water Mains, latest edition. 207-26.3 Poiyvin)rl Chloride (PVC) Pressure Pipe - Recycled Water. Polyvinyl Chloride (PVC) pressure recycled water pipe shall conform in all respects to Part II, Public Water System Supplemental Standard Specifications of the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, latest edition. 20796.4 Joints. PVC pressure pipe shall integral bell and spigot joints with elastomeric gaskets in accordance with AWWA C900 Section 2.2 (Pipe Requirements). The pipe shall conform with the out- side diameter of cast-iron pipe unless otherwise specified and shall conform with the wall thickness of DR series 14,18, or 25. 207-26.5 Testing of PVC Pressure Pipe. The testing of all PVC pipe and its material shall be in accordance with District Standards and AWWA C900. Add the following section: 207.27 Steel Casing. 207027.1 General Only new steel casing pipe shall be used. All steel casing shall be coated on both the interior and exterior as called for in the Specifications. Steel Casing pipe shall comply with Sec- tion 207-10 except as modified herein. Casing shall be pm-bent to radius as shown on plans. 207-27.2 Casing Insulators. Casing insulators (pipe skids) for ail carrier pipe shall be manufactured from 316 stainless steel with polyethylene runners and PVC liner specifically for the intended use. The casing insulators shall be of such dimensions to center the canier pipe within the casing and prevent it from “flotation”. Casing insulators for carrier pipe greater than 12-inches inside diameter shall be a mini- mum of la-inches wide and have a minimum of four runners on the bottom and two runners on the top. Casing insulators for carrier pipe 12-inches and smaller in diameter shall be a minimum &inches wide and have a minimum of two runners on the bottom and two runners on the top. The runners shall be heavy-duty polyethylene, 2-inch minimum width at ends. Casing insulators shall be attached to carrier pipe with full width 316 stainless steel bands. The bands shall be in two segments and have a thick heavy-duty PVC liner and 316 stainless steel nuts, bolts and washers. Spacing between casing insulators shall be per the manufacturer% recommendations except that there shall be at least three casing insulators per pipe section (20-feet), one approximately 1Zinches from each joint; one centered; and one at approximately 12-inches from each end of the casing. Casing insu- 9111 /oo Contract No. 3551 Page111 of209 lators shall be as manufactured by CALPICO, Inc., San Francisco, California (415) 588-2241, Pipeline Seal and Insulator, Ltd. (PSI), Houston, Texas (713) 747-6948, or approved equal. Wood skids will not be allowed. 207-27.3 Casing End Seals. The annular space between the casing and carrier pipe shall be left void unless otherwise specified on the Plans. Buried ends of the casing between the casing and carrier pipe must be Sealed water tight, using an end seal around the exterior casing and carrier pipe such as Advance Products and Systems, INC. Model ‘AM” or Model W manufactured by Pipeline Seal and Insu- lator, Ltd. (PSI) Houston, Texas (713) 747-6948, or approved equal, unless otherwise shown on the Plans. Bands shall be type 304 stainless steel. Ends of casing suspended from bridge shall be equipped with insect screens. Screen material shall be stainless steel and shall be fastened to the ws- ing with type 304 stainless steel bands. SECTION 208 - PIPE JOINT TYPES AND MATERIALS 208-7 BENDS, TEES, ADAPTERS, SADDLES, REDUCERS AND FLANGE GASKETS FOR PRESSURE PIPE All bends, tees, adapters, saddles, reducers and flange gaskets for p&able water mains shall conform in all respects to Part II, Materials, Section B and Section E, Fittings of the Carlsbad Municipal Water Dis- trict Rules and R8gUlatiOnS for Construction of Public Potable Water Mains, latest edition. All bends, tees, adapters, saddles, and flange gaskets for Carlsbad Municipal Water District recycled water mains shall conform in all respects to Part Ii, Materials, Section B and Section E, Public Water System Supplemental Standard Specifications of the Car&bad Municipal Water District Redamation Rules and Regulations for Construction of Reclaimed Water Mains, latest edition. 208-7.1 Flexible Couplings. Joints, for which flexible couplings are required, shall be made with Baker, Smith-Blair, or approved equal, flexible couplings. Gaskets shall be plain rubber gaskets. Threads on bolts or compression collars shall be stainless steel, Type 316 and shall be lubricated with suitable thread lubricant before assembling the coupling. For cast-iron, ductile-iron or asbestos cement pipe sizes 2-inches through 16-inches, use Baker Series 228, Smith-Blair Series 413, or approved equal. Transition couplings shall be Baker Series 212, Smith-Blair Series 413, or approved equal. Flanged cou- pling adapt8fS for cast iron or ductile iron pip8 sizes &inches through 12-inches shall be Baker Series 601, Smith-Blair Series 912, or approved equal. SECTION 209 - ELECTRICAL COMPONENTS Modify as follows: Section 209, ‘Signals, Lighting and Traffic Electrical Systems”, herein, shall replace Section 209, ‘Electrical Components”, of the SSPWC in all matters pertaining to the specifiwtions for measurement, payment, ‘warranty, and materials and methods of construction for all elements of street lighting and trafFic signals. 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, ‘Signals, Lighting and Electrical Systems”, herein. For section 209, ‘Signals, Lighting and Electrical Systems”, for ail elements of street lighting and traffic signals both construction materials and construction methods have been combined into a single section. # 9/l l/o0 Contract No. 3551 Page 112 of209 SECTION 209 - SI’GNALS, LIGHTING AND ELECTRICAL SYSTEMS 209-l GENERAL 209-l .Ol Description. Signals, lighting and electrical systems work shall consist of furnishing and in- stalling, modifying or removing one or more traffic signals, traffic signal master controller assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illumination systems, trafftc monitoring stations, communication systems, electrical equipment in structures, falsework lighting, provi- sions for future systems, or combinations thereof, all as shown on the plans, and as specified in these special provisions. The locations of signals, beacons, standards, lighting fixtures, signs, controls, services and appurte- nances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the contract., 269-1.015 Definitions. The following definitions pertain only to Section 209. “Signals, Lighting and Electrical Systems.” Actuation.- The operation of any type of detector. Bum-in Procedure. - The procedure by which each LED-signal module is enegized for a minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature of 6oOC (14oOF). Candlepower VaiUeS. - Luminous intensity expressed in wndelas (cd). Channei.- A discrete infonation path. Chromaticity (Coior). - The wlor of the light emitted by a signal module, specified as x-y chromaticity coordinates on the chromaticity diagram acwrding to the 1931 Commission lntemationale dEclairage standard observer and coordinate system. The measured chromaticity coordinates shall fall within the limits specified in VTCSH Section 8.04 “Limits of Chromatic@ Coordinates.” Controller Assembly.- The complete assembly for controlling the operation of a traffic ‘Sinai or other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof cabinet. Controller Unit .- That part of the controller assembly which performs the basic timing and logic func- tions. Detector .- A device for indicating the passage or presence of vehicles or pedestrians. Duty Cycle. - The amount of illuminated on-time a signal module is energized, expressed as a percent of signal cycle time period. Electroiier.- The complete assembly of lighting standard, luminaire, ballast and lamp. Flasher.- A device used to open and close signal circuits at a repetitive rate. Flashing Beacon Control Assembiy.- A complete electrical mechanism for operating a warning bea- wn or intersection control beacon. inductive Loop Vehicle Detector.- A detector capable of being actuated by the change of inductance caused by a vehicle passing over or standing over the loop. Integrating Photometer. - An instrument used in measuring the intensity of light that enables total iu- minous flux to be determined by a single measurement. LED Light Source. - An individual light emitting diode. LED Signal Module. - A sealed circular ball or arrow that includes th8 lens and utilizes LED devices as the light source. An LED signal module may directly replace an existing traffic signal tamp and lens combination. Lighting Standard.- The pot8 and mast arm which support the iuminaire. Luminaire .-The assembly which houses the light source and controls the light emitted from the light source. Magnetic Vehicle Detector .-A detector capable of being actuated by the induced voltage caused by the passage of a vehicle through th8 earth’s magnetic field. 9/l l/O0 Contract No. 3551 PaQB 113 of209 Magnetometer Vehicle Detector.- A detector capable of being actuated by the magnetic disturbance caused by the passage or presence of a vehicle. Major Street.- The roadway approach or approaches at an intersection normally carrying the major volume of vehicular traffic. Minimum Intensity. - In accordance with the values in Table 1 of the existing “Vehicle Traffic Control Signal Heads”, hereinafter VTCSH standard, the minimum intensity values below which no LED signal modules will be released from the supplier. Minor Street.- The roadway approach or approaches at an intersection normally carrying the minor volume of vehicular traffic. Pedestrian Detector.- A detector, usually of the push button type, capable of being operated by hand. Plans. - For this Section (Section 209) plans shall include all documents listed in Section 2.5, “Plans and Specifications”, et seq. as well as the ‘STANDARD PLANS”, 1995 edition as promulgated by the State of California, Department of Transportation. Power Consumption. - The rms electrical power (watts) consumed by an LED signal module when operated at rated voltage. Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in accordance with a pm-determined cycle length. Rated Initial Intensity. - The light intensity of a new LED signal module, operated at rated voltage, measured after the bum-in procedure with an integrating photometer. Rated Voltage. - The ac nns voltage at which light output performance and power consumption are specified (117 VAC at 60 Hz). Signal Face.- That part of a signal head provided for controlling traffic in a single direction and consist- ing of one or more signal sections. Signal Head.- An assembly containing one or more signal faces. Signal Indication.- The illumination of a signal section or other device, or of a combination of sections or other devices at the same time. Signal Section.- A complete unit for providing a signal indication consisting of a housing, lens, reflec- tor, lamp receptade and lamp. Sun Phantom. - The effect of an outside light source entering the signal assembly and being returned in such a manner as to present the appearance of the signal assembly being illuminated. Traffic-Actuated Controller Assembly.- A controller assembly for operating traffic signals in accor- dance with the varying demands of traffic as registered wtth the controller unit by detectors. Traffic Phase.- The right of way, change and dearance intervals assigned to a traffic movement or combination of movements. Vehicle.- Any motor vehicle normally licensed for highway use. VTCSH Standard. - The definitions and practices described in Yehide Traffic Control Signal Heads” published in the “Equipment and Materials Standards” of the Institute of Transportation Engineers. 2091.02 Regulations and Code. All electrical equipment shall conform to the standards of the Na- tional Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. (UL), the Electri- cal Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the plans, these special provisions, all materials and workmanship shall conform to the requirements of the National Eke- trical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. 2094.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer, the Contractor shall, within 15 days following award of the contract, submit to the Engineer for review a lit of equipment and materials which the Contractor proposes to install as specified in Section 2-5.3, ‘Shop 9/l 1 /oo Contract No. 3651 Pa9e 114of209 Drawings and Submittals.” The list shall be complete as to name of manufacturer, size and identifying number of each item. The list shall be supplemented by such other data as may be required, including schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves, ter- * minal blocks and equipment, including dimensioning. All of the above data shall be submitted, install as specified in Section 2-5.3, “Shop Drawings and Submittals”, for review. Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be re- quired. The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wet blue- print, white background process using iron-sensitited paper, (2) the offset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list all equipment installed in each controller cabinet. In addition, for each signal installation, the Contractor’shall furnish an intersection sketch showing poles, detectors, field wire connection terminals and phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary equipment, all wbinet diagrams, and all operation manuals shall be submitted at the time the controller assemblies are delivered for testing. The schematic wiring diagram shall show in detail all circuits and parts. All parts shown thereon shall be identified by name or number and in such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI publication Y32.2, entitled “IEEE Standard and American National Standard Graphic Symbols for Electrical and Electronic Diagrams.” 2094.04 Warranties, Guaranties and instruction Sheets. Manufacturers’ warranties and guaran- ties furnished for materials used in the work and instruction sheets and parts lists supplied with materials shall be delivered to the Engineer prior to acceptance of the project. 2094.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, ftashing beacon, traffic monitoring, sign illumination and other facilities), or approved temporary replacements thereof, shall be kept in effective operation for the benefti of the trav- eling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise permit- ted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. The Contractor shall notify the local traffic enforcement agency prior to any operational shut- down of a traffic signal. Where an existing system or temporary system is being modified, work not shown on the plans or speci- fied in these special provisions and which is considered by the Engineer as necessary to keep all or any part of the system in effective operation will be paid for as extra work as provided in Section 3-3 “Extra Walk”. The Agency will: 1) Continue the operation and maintenance of existing electrical facilities. 2) Continue to provide for electrical energy for the operation of existing electrical facilities. 3) Repair or replace existing facilities damaged by public traffic. 4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergoing the functional tests described in Section 2092.14C, ‘Functional Testing.” The Contractor shall ascertain the.exact location and depth of existing detectors, conduits, pull boxes and other electrical facilities before using any tools or equipment that may damage those fadiii or in- terfere with any electrical system. Where damage is caused by the Contractor’s operations, the Con- tractor shall, at the Contractor’s expense, repair or replace damaged facilities promptly in accordance with these specifications. If any existing loop conductor, including the portion leading to the detector . hand hole or termination pull box, is damaged by the Contractor’s operations, the Contractor shall im- mediately notify the Engineer. The affected detectors shall be replaced at the Contractor’s expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this 9/l 1100 Contract No. 3551 Page 115of209 period, the repairs will be made by Agency forces at the Contractor’s expense. Should the Contractor fail to perform the required repairs or replacements, the cost of performing the repairs or replacements will be deducted from any moneys due or to become due the Contractor. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the light- ing systems shall remain in operation and the final connection to the modified circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installa- tions shall be kept in effective operation until the temporary installations are no longer required for the traveling public. Removal of temporary installations shall conform to the provisions in Section 209-7, “Removing, Reinstalling or Salvaging Electrical Equipment.” These provisions will not relieve the Con- tractor in any manner of the Contractor’s responsibilities as provided in Sections 4-l. 1, “General” and 4- 1.2, “Protection of Work and Materials.” During traffic signal system shutdown the Contractor shall place ‘STOP AHEAD” and “STOP” signs to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covered when the system is shut down overnight. Temporary “STOP AHEAD” and ‘STOP” signs shall be either covered or removed when the system is turned on. “STOP AHEAD” and “STOP” signs shall be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, “Street Closures. Detours, Barricades.” Minimum size of “STOP” signs shall be 750 mm (30”). One “STOP AHEAD” sign and one “STOP” sign shall be placed for each direction of traffic. For two, or more, lane approaches, two “STOP” signs shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. 2094.06 Scheduling of Work. No above ground work, except service equipment, shall be performed until the Contractor has all materials on hand to complete that particular signal location or lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illumination system shall be com- pleted and ready for operation prior to opening the corresponding section of the roadway to traffic. Traffic signals shall not be placed in operation for use by public traffic without the written approval of the Engineer. The Contractor shall obtain the written approval of the Engineer no less than three days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation for use by public traffic without the energizing of street lighting at the intersection to be controlled if street lighting exists or is being installed in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open to public traffic, unless otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in operation, including flashing operation, prior to com- mencement of the functional test period specified in Section 2092.14, “Testing,” unless ordered other- wise by the Engineer. Conductors shall not be pulled into, conduit until pull boxes are set to grade, crushed rock sumps in- stalled, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic conduit bonded. In vehicular undercrossings. soffit lights shall be placed in operation as soon as practicable af- ter falsework has been removed from the structure. Lighting for pedestrian structures shall be placed in operation prior to opening the structure to pedestrian traffic. If the Engineer orders soffit lights or lighting for pedestrian structures placed in operation before permanent power service is available, the cost of installing and removing temporary power service will be paid for as extra work as provided in Section 3- 3, “Extra Work.” The initial turn-on shall be made only between the hours of 9:00 a.m. and 2:00 p.m. and Tuesday through Thursday unless otheNvise approved, in writing, by the Engineer. Prior to turn-on, all equipment as shown on the plans shall be installed and operable including pedestrian signals, pedestrian push but- tons, vehicle detectors, lighting, signs and pavement delineation. All louvers, visors, and signal faces shall be directed to provide maximum visibility. Friday, or the day preceding a legal holiday. Functional tests shall start on any working day except 9/l 1100 Contract No. 3551 Page 116of209 . . 209-l .07 Safety Precautions. Attention is directed to Section 7-10.4.1, “Safety Orders.” Before start- ing work on existing series street lighting circuits, the Contractor shall obtain daily a safety circuit clear- ance from the serving utility. By-pass switch plugs shall be pulled and “Men at Work” signs posted at switch boxes before any work is done. 209-2 MATERIALS AND INSTALLATION 209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit, foun- dations, and other appurtenances shall be performed in such a manner as to avoid any unnecessary damage to streets, sidewalks, landscaping, and, other improvements. The trenches shall not be exw- vated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavation shall not be performed until immediately before installation of conduit and other appurte- nances. The material from the excavation shall be placed in a position that will not cause damage or obstruction to vehicular and’pedestrian traffic nor interfere with surface drainage. Unless othennrise permitted in writing by the Engineer, all surplus excavated material shall be removed ’ and disposed of, within 48 hours, outside the public right of way in accordance with the provisions in Sections 7-8.1, “Cleanup and Dust Control”, 300-l .3, “Removal and Disposal of Materials” and 302-6, “Surplus Material”, depending on the origin and nature of the materials to be removed and disposed. The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5, “Structure Backfill” or 306-1.3, “Backfill and Densifiwtion,” depending on the nature of the structure or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled and rn.aintained in a smooth and well-drained condition until permanent repairs are made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection prior to exwvat- ing at any other intersection, unless otherwise permitted by the Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. 2093.02 Removing and Replacing Improvements. .. In addition to the requirements of sections 7-9, “Protection and Restoration of Existing Improvements” and 306-l .5, “Trench Resurfacing” Improvements such as sidewalks, curbs, gutters, portland cement wncrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contrac- tor’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 wncrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the wncrete reconstructed as above specified. The outline of all areas to be removed in porttand cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm (2”) with an abrasive type saw prior to re- moving the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. 2094.03 Foundations. Portland cement materials and construction methods shall conform to Section 201, “Concrete, Mortar and Related concrete Materials,” for Materials and Section 303, “Concrete and Masonry Construction,” for wnstruction methods. Concrete foundations shall rest on firm ground. Except when located on structures, foundations for posts, standards, and pedestals, not shown on the plans to have mortar pads, shall be placed “in the solid” and monolithic except for the top 50 mm (2”) which shall be placed after the post, standard or pedestal is in proper position. After each post, stan- dard, or pedestal on structures, and each standard shown on the plans to have mortar pads, is in proper position, mortar shall be placed under the base plate as shown on the plans. The exposed portions shall be formed to present a neat appearance. Mortar shall consist of one part by volume of portland cement 9/l 1100 Contract No. 3551 Page 117 of209 and 3 parts of clean sand, shall contain only sufficient moisture to permit packing and shall be cured by keeping it damp for 3 days. Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards sh& conform to the provisions in Section 205-3.3, “Cast-in-Place Concrete Piles,” except that material result- ing from drilling holes shall be disposed of as provided in Section 209-2.01, ‘Excavating and Backfilling.” The exposed portions of the foundation shall be formed to present a neat appearance. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foun- dations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position and to proper height, and shall be held in place by means of a template until the concrete sets. Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform to ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of ASTM Designation: A 307, Grade B with Sl supplementary requirements. At the option of the Contrac- tor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM Designa- tion: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with Sl sup- plementary requirements. When nonheaded anchor bolts conforming to the specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricated anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the concrete shall be permanently coded with a green wlor by the manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lighting standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts and washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, and F 476 or F 476M, respectively. In addition to the requirements of ASTM Designa- tion: A 449, studs shall be marked on either end as required for bolt heads. All steel parts shall be gal- vanized in accordance with the provisions in Section 210-3.6, ‘Galvanizing for Traffic Signal Facilities.” The upper threaded portion of all anchor bolts shall be provided wlth 2 nuts and 2 washers each. An- chor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals. Both forms and ground which will be in contact with the wncrete shall be thoroughly moistened before placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface finish, as specified in Section 303-l .9.2, “Ordinary Surface Finish,” shall be applied to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation as directed by the Engineer. The foundations shown on the plans shall be extended if conditions require additional depth, and the additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 3-2, “Changes Initiated By The Agency.” Unless otherwise specified or shown on the plans, foundations not to be reused shall ba removed. When a foundation is shown on the plans to be abandoned, the top of foundation, anchor bolts, and conduits shall be removed to a depth of not less than 1.0 m (3‘) below surface of sidewalk or unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless otherwise shown on the plans, all standards to be relocated shall be provided with new founda- tions and anchor bolts of the proper type and size. Posts, poles, standards, pedestals, and cabinets shall not be erected until the foundation has set at least 7 days, and shall be plumbed or raked, as di- rected by the Engineer. In unpaved areas, a 1 .O m (3‘) square, 100 mm (4”) thick or of the size showr on the plans, whichever is the larger, raised pad of portland cement concrete shall be placed in front 0, each controller cabinet. 9/l 1 /oo Contract No. 3561 Pa98 116of209 209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lighting, and steel pedestals for cabinets and other similar equipment shall be located as shown on the plans. Workman- ship and finish shall be equal to the best general practice of metal fabrication shops. All welding shall conform to AWS Dl .l , “Structural Welding Code,” and to the requirements in this Section 209-2.04. All welds joining the shafts of the standards and mast arms to their base plates shall be as shown on the plans, however, alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details will be contingent upon the proposed weld joint passing both weld procedure and non- destructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the Contractor. All standards except Type 1, and all signal mast arms, shall have an aluminum identification plate, as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards and steel pedestals for controller cabinets shall be constructed of 3 mm (125”) or thicker galvanized steel; or 100 mm (4”) standard weight galvanized, steel’pipe or Size 103, Type 1 conduit, with the top designed for post-top slip-fitter. Standard weight galvanized, steel pipe shall conform to the specifications of ASTM Designa- tion: A 53. Materials and construction methods for all ferrous metal parts of standards, with shaft length of 4.6 m, (15‘) and longer, shall conform to the details shown on the plans, the requirements of Sections 206, “Miscellaneous Metal Items,” for Materials and Section 304, “Metals Fabrication and Construction,” for construction methods except as otherwise noted, and the following requirements: 1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade hav- ing a minimum yield strength, after fabrication, of 276 Mpa- (40,000 psi). Certified test reports which ver- ify confomance to the minimum yield strength requirements shall be submitted to the Engineer. The test reports may be the mill test reports for the as-received steel or, when the as-received steel has a lower yield strength than required, the Contractor shall provide supportive test data which provides as- surance that the Contractors method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength. The supportive test data shall include tensile properties of the steel both before and after cold forming for specific heats and thicknesses. 2) When a single-ply 8 mm (0.3125”) thick pole is specifed, a 2-ply pole with equivalent section modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are used, the longitudi- nal welded seams shall be directly opposite one another. When the sections are butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to form continuous straight seams from, base to top of standard. 3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The sleeve shall be 3 mm (0.120”) nominal thickness, or thicker, steel having the same chemical composition as the steel in the standard. When the sections to be joined have different specified minimum yield strengths, the steel in the sleeve shall have the same chemical composition as the higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length of 25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with the outside of the sleeve in full contact with the inside of the standard throughout the sleeve length and circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will be tested in accordance with California Test 664. The sampling frequency shall be as determined by the Engineer. The welds may be made by the electric resistance welding process. All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flush with the base metal. 4) All exposed edges of the plates which make up the base assembly shall be finished smooth and all exposed wmers of the plates shall be neatly rounded unless othetise shown on the plans. Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not to exceed 25 mm (1’) measured at the midpoint of a 9 m (30’) or 11 m (36’) standard and not to exceed 20 mm (3/,‘) measured at the midpoint of a 5 m (17’) through 6 m (20’) standard. Variation shall not exceed 25 mm (1’) at a point 4.5 m (15’) above the base plate for Type 35 and Type 36 standards. 9/l 1 too Contract No. 3551 Pa9e 119 of209 5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated in ac- wrdance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 or A 563M. 6) Standards with an outside diameter of 300 mm (12”) or less shall be round. Standards with an out. side diameter greater than 300 mm (12”) shall be round or multisided. Multisided standards shall have a minimum of 10 sides which shall be wnvex and shall have a minimum bend radius of 100 mm (4”). 7) Mast arms for standards, shall be fabricated from material as specified for standards and shall wn- form to the dimensions shown on the plans. 8) The cast steel option for slip bases shall be fabricated from material conforming to the requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may be used if written permission is given by the Engineer. The casting tolerances shall be in accordance with the Steel Foun- der’s Society of America recommendations (green sand molding). One casting from each ‘lot of 50 wst- ings or less shall be subject to radiographic inspection, in accordance with the provisions in ASTM Des- ignation: E 94. The castings shall comply with the acceptance criteria severity level 3 or better for all types and categories of diswntinuities as specified in ASTM Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional castings shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will be rejected. Material certifications consisting of physical and chemical properties, and radiographic films of the castings shall be filed at the manu- facturer’s office. These certifications and films shall be available for inspection upon request. 9) High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 210-3.6, ‘Galvanizing for Traffic Signal Facilities.” 10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AISI Designa- tion: 1018, and be galvanized as specified in Section 210-3.6, ‘Galvanizing for Traffic Signal Facilities.” 11) Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be chamfered suffi- ciently on each side to allow the bolt head to make full contact with the washer without tension on the . bolt. 12) High-strength cap screws shown on the plans for attaching mast arms to standards shall conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The cap screws shall be gal- vanized as specified in Section 210-3.6, ‘Galvanizing for Traffic Signal Facilities.” The threads of the cap screws shall be coated with a lubricant which is dean and dry to the touch. 13) The galvanjzed faying surfaces of the connections between signal or lighting mast arms and poles shall be free of surface imperfections, such as lumps, runs, and scum, which would prevent intimate, uniform contact between the faying surfaces. 14) Handholes in the base of standards shall wnform to the details shown on the plans. All handholes shall be provided with covers. 15) Changes in configuration of mast arms will be permitted, provided the mounting height and stability are maintained. Fabricators electing to use larger than minimum arm diameters shall adjust the details as required to permit solid seating of the cap screws. All arms shall be bent to the approximate wnfrgu- ration shown on the plans. A smooth curving’arm is required. 16) Pedestrian push button posts shall be constructed of 65 mm (2 1/2y) standard pipe conforming to the dimensions shown on the plans. Guard posts shall be constructed of 100 mm (4”) nominal dimension galvanized standard pipe 1.7 m (66”) long. Posts shall be set 900 mm (3’) in a block of p&land cement concrete, as shown on the plans, and the pipe shall be filled with portland cement concrete. Push button posts and guard posts shall be pipe conforming to the specifications of ASTM Designation: A 53. 17) Slip bases shall be assembled and tightened when the pole is on the gmund prior to erection, The threads of the heavy hex nuts for the slip base bolts .shall be coated with an additional lubricant which ls clean and dry to the touch. Each high strength slip base bolt shall be tightened to within 10 Nm (10 foot- pounds), plus or minus, of values in Table 209-2.04(A): TABLE 209d.W (A) HIGH STRENGTH SLIP BASE BOLT TORQUE VALUES 9/l l/00 Contract No. 3551 Page120of209 Standard Type Torque (Newton-meters) 15-SB 200 30 200 31 275 36-20A 225 Torque Foot- Pounds 150 150 200 165 Holes left in the shafts of existing standards, due to removal of equipment or mast arms, shall be re- paired by welding in a suitable disk, grinding smooth, and painting as provided for repairing damaged galvanized surfaces in Section 210-3.6, “Galvanizing for Traffic Signal Facilities.” When directed by the Engineer, existing standards to be relocated or reused in place shall be repaired. Large dents shall be removed, shafts shall be straightened, and portions which are in poor condition due to corrosion or dam- age, shall be replaced. Extent of repairs or replacements will be determined by the Engineer and the repairs or replacements ordered by the Engineer will be paid for as extra work as provided in Section 3- 2, “Changes Initiated By The Agency.” Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by the Con- tractor. When a standard or mast arm is relocated, or when a used standard or mast arm is Agency- furnished, new nuts, bolts, cap screws and washers shall be provided and, if the standard has a slip base, a new keeper plate shall be provided. New hardware shall conform to the requirements for hard- ware used with new standards. New standards, mast arms, posts and other ferrous materials shall be galvanized as provided in Section 210-3.6, ‘Galvanizing for Traffic Signal Facilities.” 2099.05 Conduit. All conductors shall be run in conduit, except overhead and temporary installa- tions, and where conductors are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the Contractor’s expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through foundations for standards. 209-2.05A Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the fol- lowing: Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A 239. Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum thickness of 0.9 mm (35 mils). Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non- Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground locations. Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic, sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use as the grounding conductor. Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242 for In- termediate Metallic Conduit. Type 5 conduit shall only be used when specified. Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic wnduit. Type 3 conduit shall be installed at underground locations only. 209”2.05B Use. Exposed conduit installed on a painted structure shall be painted the same wlor as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (l’/*” 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 Sue 78 (3” dia). 9/l 1 IO0 Contract No. 3551 Page 121 of209 5) For detector runs shall be Size 41 (11/2m dia). 6) Not othewise specified shall be Size 41 (l’&” dia). 209=2.&C Installation. Conduit shall be installed in conformance with the codes and regulation! listed in Section 209-l .02, “Regulations and Code.” Conduit runs shown on the plans may be changed to avoid underground obstructions with written approval by the Engineer. The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded unipn coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal con- duit shall be painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6, “Galvanizing for Traffic Signal Facilities.” Aerosol cans shall not be used. * The ends of conduit shall be threaded and shall be capped with standard pipe caps or ‘pennies” to pro- tect the raceway against dirt and concrete until wiring is started. When caps or “pennies” are removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit terminating in pull boxes or foundations shall be provided with insulated bonding bushings Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening, us- i?g the longest radius practicable. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future wn- ductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2‘) of pull wire or rope shall be doubled back into the conduit at each termina- tion. Existing underground conduit to be incorporated into a new system shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Conduit shall be laid to a depth of not less than 460 mm (16”) below grade in portland cement concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30’) below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm (6”) from face of foundation. Unless Trenching In Pavement Method” is specifically allowed or required on the plans or in these spe- cial provisions, conduit shall be placed under existing pavement by jacking or drilling methods. Pave- ment shall not be disturbed without permission from the Engineer. In the event obstructions are enwun- tered, upon approval of the Engineer, small holes may be cut in the pavement to locate or remove ob- structions. Jacking or drilling pits shall be kept 0.6 m (2’) clear of the edge of any type of pavement wherever possible. Excessive use of water, such that pavement might be undermined or subgrade sof- tened, will not be permitted. Conduit to be placed as part of the completed work shall not be used for drilling or jacking. When ITTrenching in Pavement Method” is specifically allowed or required on the plans or in these special provisions, installation of conduit under pavement shall conform to the following: Conduit shall be placed under existing pavement in a trench approximately 50 mm (2”) wider than the outside diameter of the conduit to be installed. Trench shall not exceed 150 mm (6#) in width. Trench depth shall not exceed 300 mm (12”) or conduit metric trade size plus 250 mm (lo”), whichever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of 230 mm (9’) below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the fina, pavement layer. 9/l 1 /oo Contract No. 3551 Pag8122of209 The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3’) with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with trench backfill slurry concrete. Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 30 mm (0.10’) of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302- 5.4, “Tack Coat.” Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.10’). by the end of each work period. The top 30 mm (0.10’) shall be placed within 3 calendar days after trenching. Conduit to be placed beneath railroad tracks shall comply with the following: The wnduit shall be Size 41 (1 I&” dia.) minimum, and shall be placed to a minimum depth of 900 mm (3’) below bottom of tie. The near side of each conduit jacking pit shall be constructed not less than 4 m (12’) from the wntertine of track. When the jacking pit is to be left overnight, it shall be covered with substantial planking. Conduit terminating in standards or pedestals shall extend not more than 50 mm (r) vertically above the foundation and shall be sloped towards the handhole opening. Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 mm (T) inside the box wall and not less than 50 mm (2”) above the bottom, and shall be sloped toward top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall terminate 50 mm (2’) above the bottom and shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduits shall enter from the direwon of the run. Conduit runs from underground, including under sidewalks, which are adjacent to gasoline senrice sta- tions or other installations of underground gasoline or diesel storage, piping, or pumps, and which lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an arc may occur during nonal operations, shall be sealed if the conduit is within the limits specified in the National Electrical Code for Class 3, Division 1, Hazardous Locations. Type 1 or Type 2 conduit shall be used for these runs. Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall or other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fitting and sealing compound, except that sealing fitting and sealing compound will not be required where conduit tenni- nates in a No. 9 or No. 9A pull box. Conduits in or on walls or bridge superstructures shall be supported as shown on the plans, in wnfor- mance with the following: Steel hangers, steel brackets, and other fittings shall be hot dipped galvanized and shall wnform to the materials and wnstruction methods provisions in Sections 208-1, “Structural Steel, Rivets, Bolts, pins and Anchor Bolts”, for matertats and 304-1, ‘Structural Steel” for construction methods. Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 Mpa (20,000 pounds per square inch) in tension on the net section of the bolt or threaded rod. Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be wn- strutted of commercial quality wncrete containing not less than 350 kg of portland cement per cubic meter (584 Ibs. per cubic yard) and commercial quality welded wire fabric. The cradles shall be moist cured for not less than 3 days. Precast concrete cradles shall be bonded to the structure wtth epoxy adhesive conforming to the provi- sions in Section 214-8.2.2, ‘Standard Set Epoxy Adhesive for Pavement Markers,” or Section 21462.1, “Rapid Set Epoxy Adhesive for Pavement Markers” or conforming to State of California specification 8040-21M-08, Type I when cure temperatures are above 15deg.C (59deg.F) or to State of California specification 8040-21M-08, Type I when cure temperatures are below 15deg.C (59deg.F). 9/l 1 IO0 Contract No. 3551 Pag8123of209 Openings for. conduits through bridge superstructure concrete shall be formed or may consist of pipe sleeves. Where conduits pass through the abutment concrete, the conduits shall be wrapped with 2 layers of as- phalt-felt building paper, securely taped or wired in place. The space around conduits through bridge abutment walls shall be filled with portland cement mortar conforming to the provisions in Section 201-5, “Cement Mortar,” except that the proportion of cement to sand shall be one to 3. When the bridge superstructure is to be prestressed, the space around conduits through abutments shall not be filled until the prestressing has been completed. Conduit which is surface mounted shall be run straight and true, horizontal or vertical on the walls and parallel to walls on ceilings or other similar surfaces. Conduit shall be supported at intervals of not more than 1.5 m (5’). and closer where necessary to prevent vibration or unsightly deflection. The supports shall consist of galvanited malleable iron conduit clamps and clamp backs secured with expansion an- chorage devices conforming to the requirements for wncrete anchorage devices in Sections 206-l. “Structural Steel, Rivets, Bolts, pins and Anchor Bolts”, for materials and 304-1, “Structural Steel” for construction methods. Threaded studs shall be galvanized and shall be of the largest diameter that will pass through the mounting hole in conduit clamp. Attention is directed to Section 209-2.10, “Bonding and Grounding.” Where pull boxes are placed in wn- duit runs, the conduit shall be fitted with threaded bushings and bonded. The location of ends of all con- duits in structures, or terminating at curbs, shall be marked by a “Y” at least 75 mm (3”) high cut into the face of curb, gutter, or wall, directly above the conduit and above grade line. 209.2.05D Expansion Fittings. Expansion flings shall be installed where the conduit crosses any expansion joint in the structure. Each expansion fitting for metal conduit shall be provided with a copper bonding jumper having the ampacity required by the Code. Each expansiondeflection fitting for expan- sion joints of 38 mm (l’/Z’) movement rating shall be watertight and shall wnsist of a molded neoprene sleeve, a bonding jumper and 2 silicon bronze or zinc-plated iron hubs. Each fitting shall permit a mini- mum of 19 mm (3/,‘) expansion and contraction and a minimum of 19 mm (J/q”) lateral deflection. Details of expansion-deflection fittings for joints of movement rating of more than 38 mm (l’&“) shall be as shown on the plans and specified in these special provisions. 2099.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans or as specified. The Contractor may, as an option, at the Contractor’s expense, use pull boxes of a larger standard size than that shown or specified. 20902.06A MaWrlals. Pull boxes, covers and extensions for installation in the ground or in sidewalk areas shall be of the sizes and details shown on the plans and shall be precast of reinforced portland cement wncrete (PCC) or of non-PCC material. Non-PCC material shall be fire resistant and shall not bum at a rate greater than 8 mm (0.3”) per minute per 2.5 mm (0.1”) of thickness when tested in aam dance with ASTM Designation: D 635. The non-PCC material shall show no appreciable change in physical properties with exposure to the weather. Non-PCC material shall be dense and free of voids or porosity, and shall be a gray or brown wlor. Top dimensions of non-PCC pull boxes shall not exceed the bottom dimensions by more than 25 mm (1”). Extensions for non-PCC pull boxes shall be of the same material as the pull boxes, and shall be attached to the pull boxes in a manner that will maintain the minimum combined depths shown on the plans. Non-PCC pull boxes shall be of sufficient rigidity that when a designated concentrated force is applied perpendicularty to the midpoint of one of the tong sides at the top while the opposite long side is supported by a rigid surface, it shall be possible to re- move the cover without the use of tools. The designated concentrated force shall be 650 N (150 Ibs.) for a No. 31/2 pull box and shall be 450 N (100 Ibs.) for a No. 5 or No. 6 pull box. When a vertical force of 6500 N (1,500 Ibs.) is applied, through a 13 mm (1//2a) x 75 mm (3-) x 150 mm (6”) steel plate, to a non- PCC cover in place on a pull box, the cover shall not fail and shall not deflect more than 6 mm (V,“). The steel plate shall be centered on the cover with its longitudinal axis coinciding wtth the longitudinal axis of the cover. Where a ballast or transformer or other device is to be placed in a nonmetallic pull box, the box shall be provided with recesses for a hanger. Pull boxes and covers for installation in structures 9/l 1/00 Contract No. 3551 Peg8 124of209 shall be of the sizes and details shown on the plans. Each No. 7 wiling pull box located near a flush soffit fixture and to be used to house the ballast for the fixture shall be provided with mounting brackets for the ballast and any required capacitors. Covers, except covers for wiling pull boxes, shall be secured with 9 mm (3/gy) bolts, cap screws, or studs, and nuts which shall be of brass, stainless steel or other non-corroding metal material. Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a chromium content of not less than 18 percent and a nickel content of not less than 8 percent. All ferrous metal parts shall be galvanized in accordance with the provisions in Section 21.0-3.6, ‘Galva- nizing for Traffic Signal Facilities.” 2093.068 Cover Marking. Covers for pull boxes, except wvers for wiling pull boxes, shall be marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 mm (I”) and 75 mm (3”) high. Marking shall be applied to each steel or cast iron wver prior to galvanizing by one of the following methods: (a) Cast iron strips, at least 6 mm (‘/4y) thick, with the letters raised a minimum of 1.5 mm (l&c). Strips shall be fastened to wvers with 6 mm (‘/,‘) flathead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm (‘/,,‘) above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tack welding or brazing, with 6 mm (‘/,“) stainless steel rivets, or with 6 mm (‘/,-) roundhead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/J2”). 20902.06C Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m(200’), shaCI be spaced at not over 60 m (200’) intervals. The Con- tractor may, at the Contractor’s expense, install additional pull boxes to facilitate the work. The bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock. 2099.08 Conductors. Conductors shall be wpper.of the gage shown on the plans, uhless specified otherwise. Copper wire shall wnfonn to the specifications of ASTM Designations: B 3 and B 8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specifii AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding 3 percent at the furthest connected load, while drawing the wmbination of all connected loads capable of simultane- ous operation. The maximum voltage drop for both feeders and branch circuits shall not exceed 5 per- cent at the furthest connected load, while drawing the combination of all connected loads capable of si- multaneous operation. Conductors used in loop detector lead-in cable shall conform to the spec- ifications of ASTM Designation: B 286. A Certificate of Complianw conforming to the provisions in Sec- tion 4-1.5, ‘Certification,’ shall be submitted by the manufacturer with each type of cable to be used on a project. 209-2.08A Conductor ldentificatlon. All single conductors in cables, except detector lead-in cables, shall have clear, distinctive and permanent markings on the outer surface throughout the entire length showing the manufacturer’s name or trademark, insulation type letter designation, conductor size, volt- age rating and the number of conductors if a cable. Conductor insulation shall be of a solid wlor or of basic wlors with a permanent wlored stripe as detailed in the following table unless otherwise specified. Solid or basic wlors shall be homogeneous through the full depth of insulation. Identification stripes shall be continuous over the entire length of the conductor. For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shall be taped with electrical insulating tape of the required wlor for a minimum of 500 mm (20”). All single conductors in cables shall be marked as shown in Table 2092.08A (A): 9/l l/O0 Contract No. 3561 Pege 125 of 209 TABLE 209~2.08A (A) CONDUCTORS I I I I I I I Insulation Colors ~edestrtan Signals (Note 4) fzp,6p ................................ Qp.8~ ................................ 1p.5p ................................ Buttons (Note 4) QP,~P ................................ 1p,5p ................................ rounded-Line 2 . . . . . . . . . . . (Note 8) )JngtoundedA.ine 2 . . . . . . . . . . . Red ‘lashing Beacons kwunded between Flasher I Dedestrian Push Buttons.. Signals 8 Multiple Lighting Srounded 8 Common Flashing Beacons 8 Sin Lighting White Lightlng conml ,............... uvhiie nterconnect . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .*.............................. ial 3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Notes: 1. On overlaps. insulation is striped for first phase in designation. for example, a phase (2+3) conductor is striped as for phase 2. 2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require handing. 4. These requirements do not apply to signal cable. 5. ‘Sifcircuitisswitchedonlimtsid%ofse~equipmentbyutility. 6. Band conductors in each pull box and near ends of termination points. On signal liiM circuits, a single band may ba placad around 2 or 3 ungrounded conductors comprising a phase. 7. Ungrounded conductors between service switch and fiasher mechanism shall be Hack and handed as bdbatad In thb col umn. 8. Conductors between ballasts and sign liihtbg lamps shall be No. 16 and cobr shall coneapond to that of the ballast leads. I INote 11) Black B,S . . . . . . . . . . . . . . . . . . . . . b4 Orange ,8.. ................... 4 None S.. ................... 4 Purple r 17 . . . . . . . . . . . . . . . . . . . . . 4 Black ppdp.. ............... 14 Orange 4p.8~. ................ 14 None lp6p.. ............... 14 NOM 1 . . . . . . . . . . . . . . . . . . . . . 4 None b2 . . . . . . . . . . . . . . . . . . . . . )14 None ho hand rewired)5 ldentiication I 9/11/00 Contract No. 3551 Page 126of209 9. Both conductors between external H.I.D. ballast and lamp socket shall be black. 10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20’) with indicated color. 11. Wire sizes listed are minimums. Ampacity requirements of specific circuits or voltage drop may necessitate larger conduc- tors. ~ 209-2.088 Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of the following: 1) Type TVV polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219. 2) Type THW polyvinyl chloride. 3) Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the minimum thickness of any Type TV/, THW, USE, RHH or RHW insulation shall be 1.0 mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one. of the types listed above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated for . use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8, or larger, medium hard drawn copper with weatherproof covering. 209~2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 2219, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 2094.080 Signal Cable. Signal cable shall be installed. Individual conductors are not allowed. Sig- nal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner poly- ester binder sheath, and shall be rated for 600- volt and 75°C. All cables shall have dear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer’s name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual wn- ductors.in the cable shall be solid copper with Type THWN insulation, and shall conform to the require- ments in Section 2092.08, “Conductors,” and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point. Three-Conductor Cable (3CSC). The 3wnductor signal cable shall consist of three No. 14 wnduc- tors. The cable jacket shall have a minimum average thickness of 1 .l mm (45 mils) and a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 10 mm (0.10”). The wlor wde of the conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian push buttons and a spare. . Five-Conductor Cable (XSC). The 5-wnductor signal cable shall consist of fwe No. 14 conductors. The cable jacket shall have a minimum average thickness of 1 .l mm (45 mils) and shall have a mini- mum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the wbte shall not exceed 13 mm (0.50”). The wlor wde of the conductors shall be red, yellow, brown, black, and white. Nine-Conductor Cable (SCSC). The Bwnductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mib) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outsiie diameter of the cable shall not exceed 17 mm (0.70”). The wlor wde for the No. 12 conductor shall be whiie. The wlor wde for the No. 14 conductors shall be as Table 2092.08D(A): TABLE 20%2.08D(A) NINE-CONDUCTOR CABLE SIGNAL CABLE 9llllOO Contract No. 3551 Page 127of209 red yellow brown red/black stripe Insulation Colors yellow/black stripe brown/black stripe black white/black stripe TwehmConductor Cable (12CSC). The 12-conductor signal cable shall consist of eleven No. 14 con- ductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside di- ameter of the cable shall not exceed 17 mm (0.70”). The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209- 2.08D(B), unless othenvise approved by the Engineer: TABLE 2093.081)(B) TWELVE -CONDUCTOR CABLE SIGNAL CABLE The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal com- mon. Twenty Eight-Conductor Cable (ZSCSC). The 28-conductor signal cable shall consist of 27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm (80 mils) and shall have a minimum thickness at any point of 1.6 mm (64 mils). The nominal outside diameter of the cable shall not exceed 23 mm (0,QO”). The color code for the No. 10 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209- 2.080(C): TABLE 20902.08D(C) Q/I 1 /OO Contract No. 3551 Page 128of209 TWENTY EIGHT - CONDUCTOR CABLE SIGNAL CABLE black/red stripe railroad pre-emption black 1 spare 1) The signal commons in each 28wnductor cable shall be kept separate except at the signal wn- troller. 2) Each 28-conductor cable shall be labeled in each pull box “Cl” or ‘G?“,. 3) The cable identified “Cl” shall be used for signal Phases 1, 2, 3 and 4. The cable identified ‘C2 shall be used for signal Phases 5, 6, 7 and 8. 4) Each signal cable, except 2&wnductor, shall be marked, in each pull box, showing the signal standard to which it is connected. 20992.08E Signal lntercokct Cable (SIC). Signal Interconnect Cable shall consist of six or twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or required herein. Each conductor shall be insulated with 0.33 mm (0.013’), minimum nominal thickness, wlor coded, polypro- pylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethyl- ene, rated for a minimum of 300- volts and 60X, and shall have a nominal wall thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer’s name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of one meter (3’) of slack shall be provided at each splice and 2 m (6’) at each controller cabinet. Splices of conductors shall be insulated with heat-shrink tubing of the appropri- 9/l l/O0 Contract No. 3551 Pagelz9of209 ate size and shall overlap the conductor insulation at least 15 mm (0.5”). The overall cable splice shall be covered with heat-shrink tubing, with at least 40 mm (1’/2”) of overlap of the cable jacket. 2999.09 Wiring. All conductors shall be run in conduit, except overhead and temporary installation: and where conductors are run inside poles. Wiring shall be done in conformance with the regulations and code listed in Section 209-l .02, “Regulations and Code,” and the following additional requirements: 209.2.09A Circuitry. Sufficient traffic signal light wnductors shall be provided to perform the func- tional operation of the signal and, in addition thereto, 3 spare conductors shall be provided.in all conduits containing traffic signal light conductors, unless shown otherwise on the plans. Traffic signal light wn- ductors shall not run to a terminal block on a standard unless they are to be connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian push button shall be by a single conductor. The wmmon for pedestrian push button circuits shall be separate from the traffic signal light circuit grounded conductors. Where ballasts or transformers are used, series conductors shall be run from ballast to ballast, transformer to transformer, and from ballast or transformer to service. 209-2.098 Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in wn- duit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. Contractor shall pull conductors directly from spool to conduit as to avoid damage from contact with the ground. When new conductors are to be added to existing wn- ductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Sec- tion 209-2.0X, ‘Installation”; and both old and new conductors shall be pulled into the conduit as a unit. Where traffic signal light conductors are run in lighting standards containing street lighting conductors from a different service point, either the traffic signal light conductors or the lighting conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less than 3 m (lo’) above grade shall be enclosed in flexible or rigid metal conduit. t At least 0.3 m (1 ‘) of stack shall be left for each conductor at each signal or lighting standard, or corn bined standard, and at least one meter (3’) of slack at each pull box. At least one meter (3’) of slack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide a watertight seal. Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light wnduc- tars, interconnect conductors, service conductors, detector conductors and cables in controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled together with seif-dinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: 1) Where signal phase or circuit are not clearly indicated by conductor insulation wlor and stripe as detailed in the conductor table in Section 209-2.08, “Conductors,” or when identification stripes are not available, marking shall be as detailed in the conductor table for special and overlap phases. 2) Where metered and unmetered conductors occupy the same pull box, the unmetered circuit wn- ductors shall be identified, ‘UNMETERED-STREET LTG,” “UNMETERED-COUNT STATION,” or as appropriate to describe the unmetered circuit. Conductors shall be permanently identified as to function. Identification shall be placed on each conduc- tor, or each group of conductors comprising a signal ,phase, in each pull box and near the end of termi- nated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods. 20912.09C Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed crimp type connectors as shown on the plans. Connectors and terminals shall be applied with the proper type tool as recommended by the manufacturer of the connector or terminal being used. Fin- 9/l 1 /oo Contract No. 3551 I. Pagekl3oof209 ished connections and terminals shall comply with the requirements of Military Specification MIL-T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs. All wnnec- tars and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or . dipping method. Open flame soldering will not be permitted. 209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Engineer, splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations: 1) Grounded conductors in pull boxes. 2) Pedestrian push button conductors in pull boxes. 3) Multiple or series lighting conductors in the pull box adjacent to each electrolier or luminaire low- tion or in the bases of Type 21 standards. Where electroliers are more than 120 m (400’) apart, splices will be permitted in pull boxes at 120 m (400’), or greater, intervals. 4) When traffic signals are being modified, ungrounded traffic signal light conductors may-be spliced in pull boxes at locations shown on the plans. 5) Ungrounded traffic signal light conductors to a terminal compartment or signal head on a standard may be spliced to through conductors of the same phase in the pull box adjacent to the standard. All splices and teninal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209.2.09E Splice Insulation. All splices shall be capable of satisfactory operation under continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide a watertight joint and to prevent absorption of moisture by the cable. Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insulation and taping shall be applied between the conductors iin such a manner as to provide a watertight joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be UL or ETL listed and shall be the following types: Self-fusing, oil and flame-resistant, synthetic rubber. Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007”) minimum thickness. Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvolt cir- cuits and shall be resistant to ozone, wrona and water. Insulating pad shall be composed of a laminate of 2 mm (O.OSSl) thickness of electrical grade polyvinyl chloride and a 3 mm (0.125”) thickness of butyl splicing compound with removable liner. . Heat-shrink tubing shall be medium or heavy wall thiiss, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter (39 mils). When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat shrink tube or the open end of the end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at least 38 mm (1%“). Heat-shrink tubing shall conform to the requirements of UL Standard 468D and ANSI Cl 19.1, for extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the requirements of Table 2092.09E(A): TABLE 20992.09E(A) HEATSHRlNK TUBING 9/l 1 /oo Contract No. 3551 Page 131 of 209 Property Shrinkage Ratio Dielectric Strength Resistivity Tensile Strength Operating Temperature Water Absorption Requirement 33 percent, maximum, of supplied diameter when heated to 125°C and allowed to cool to 25°C. 140 kV per 10 mm, minimum. 1013 4 *mm, minimum. 14 MPa, minimum. -40°C to 90°C (135°C Emergency). 0.5 percent, maximum. When three or more conductors are to be enclosed within a single splice using heat-shrink tubing, mas- tic shall be placed around each conductor, prior to being placed inside the heat-shrink tubing. The mas- tic shall be the type recommended by the manufacturer of the heat-shrink tubing. After contraction, the ends and seams of heat-shrink tubing shall be painted with electrical insulating coating. Heat-shrink tub- ing shall not be heated with an open flame. A heating device designed for the purpose is required. . The Contractor may, at the Contractor’s option, use either of the following splice insulation methods: 1) “Method B” as shown on the plans. A minimum of 2 thicknesses of electrical insulating pad shall be used. Pads shall be applied to the splice in accordance with the manufacturer’s rewmmenda- tions. 2) Heat-shrink tubing as provided above. 209-2.095 Fused Splice Connectors. In the pull box adjacent to each luminaire a fused disconnect splice connector shall be installed in each ungrounded conductor between the line and the ballast. The connector shall be readily accessible in the pull box regardless of whether the ballast is remote or is in- tegral with the luminaire. For 240-volt and 480-volt circuits, each connector shall be designed so that both ungrounded wnduc- tars are disconnected simultaneously. The connector shall have no exposed metal parts, except the head of a stainless steel assembly screw may be exposed. The head of the metal assembly screw shall be recessed a minimum of 0.8 mm (1/s2’) below the top of a plastic boss which surrounds the head. The splice connector shall completely enclose the fuse and shall protect the fuse against damage from water and weather. The contact between the fuse and fuse holder shall be by spring pressure. The ter- minals of the splice connector shall be rigidly crimped, using a tool of the type recommended by the manufacturer of the fused splice connector, onto the line conductors and the conductors to the ballasts and shall be insulated and made waterproof in accordance with the splice connector manufacturer’s rec- ommendations. Fused splice connectors shall not be used in series circuits. Fuses shall be standard midget, ferrule type, with ‘Non-Time-Delay” feature, and shall be 10 mm (13/s2’) x 38 mm (l’/,‘). 2093.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal wnduit, equipment grounding conductors, ballast and transformer cases, setice equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a continuous sys- tern, and shall be effectively grounded. Bonding jumpers shall be copper wire or copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or larger for all other systems. The jumper size shall be increased to match the load or the circuit breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be wlor coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 4.5 mm &“) or larger brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without hand- holes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the conduit or bond- ing wire in the adjacent pull box. Grounding jumper shall be visible after cap has been placed on foun- dation. Where slip base standards or slip base inserts are installed, the bonding jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all anchor bolts or a 4.5 mm (“/,,1) or larger brass bolt installed in the bottom slip base plate. # 9/l l/00 Contract No. 3551 Pa9813zof209 One side of the secondary circuit of series-multiple and step-down transformers shall be grounded. Grounding of metal conduit, service equipment and the grounded conductor at service point shall be ac- complished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 whduit, a No. 6 copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum, copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future conductors, the copper wire may be omitted. Equipment bonding and grounding conductors are not required in wn- duits which contain only loop lead-in cable or signal interconnect cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and installed. Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm (V,“) in diameter, or of copper clad steel rod not less than 15 mm (‘/,,‘) in diameter. Ground electrodes shall be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire, en- closed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 16 gal- vanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipment mounted less than 2.4 m (8‘) above ground surface shall be grounded. Bonding of metallic conduit in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding of metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the box. 209-2.11 Service. Electrical service installation and materials shall conform to the requirements of the serving utility. When the service equipment is to be installed on a utility-owned pole, the Contractor shall furnish and install conduit, conductors and all other necessary material to complete the installation of the service. The position of the riser and equipment will be determined by the utility. Service conduit shall conform to the requirements of the serving utility and shall be not less than Size 41 (1112” dia.). . Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by the serving utility, shall be furnished and installed. Where a meter socket is installed, the meter enclosure shall be provided with factory installed test bypass facilities as required by the serving utility. Service equipment shall be installed as soon as possible to enable the utility to schedule its work well in advance of the completion of the project. Each service shall be provided with a circuit breaker which shall simultaneously disconnect all un- grounded service entrance conductors. All circuit breakers shall be quick-break on either automatic or manual operation. The operating mechanism. shall be enclosed and shall be trip-free from the operating handle on overtoad. Circuit breakers shall be trip-indicating, shall have frame size plainly marked and shall have trip rating dear&indicated on the operating handle. Overload tripping of breakers shall not be influenced by an ambient temperature range of from -18°C to 5O’C. Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed by UL or ETL. Current rating of breakers shall be as shown on the plans. Circuit breakers used as service disconnect equipment shall have a minimum inter- rupting capacity of 10 000 A, rms. Circuit breakers shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp with a 11 mm (‘I,/) hole for a padlock. The padlock will be furnished by oth- ers. Service equipment enclosures, except Types II and Ill, shall be galvanized. Types II and Ill service equipment enclosures shall be fabricated from galvanized sheet steel or fabricated from sheet steel and zinc or cadmium plated after fabrication, or shall be fabricated from aluminum. Fabrication of service equipment enclosures shall conform to the requirements of Section 2093.04A, ‘Cabinet Construction.” Steel enclosures shall be painted in accordance with the provisions in Section 209-2.16, “Painting.” All overlapping exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards. 9/l 1 /oo Contract No. 3551 Pagel33of209 Except for falsework lighting and power for the Contractor’s operations, upon written request by the Con- tractor, the Engineer will arrange with the serving utility to complete service connections for both tempo- rary and permanent installations and the Agency will pay all costs and fees required by the utility. Thr request shall be submitted not less than 15 days before service connections are required. Except for falsework lighting and power for the Contractor’s operations, upon written request by the Contractor, the Engineer will arrange for furnishing electrical energy. Energy used prior to completion of the contract will be charged to the Contractor, except that the cost ,of energy used for public benefit, when an operation is ordered by the Engineer, will be at the expense of the Agency. Full compensation for furnishing and installing Agency-owned or permanent service poles, service equipment, conduit, conductors and pull boxes (including equipment, conduit, and conductors placed on utility-owned poles) shall be considered as included in the contract item of electrical work involved and no additional compensation will be allowed therefor. Where the service point is indeterminate and is shown on the plans as an “approximate location” or ‘service point not yet established”, the labor and ma- terials required for making the connection between the service point, when established, and the nearest pull box shown on the plans will be paid for as extra work as provided in Section 3-3, “Extra Work.” 209-2.12 Wood Poles. Wood poles for service or temporary installations shall be ANSI Class 5, or lar- ger. Poles shall not have more than 180 degrees twist in grain over the full length. Sweep shall be no more than 100 mm (4”). Tops of poles shall be beveled. Poles shall be placed in the ground to a depth of at least 1.8 m (6’). The lengths of poles shall be 7.6 m (25‘) for service poles and 10.7 m (35’) for other poles, unless otherwise specified. After each wood pole is set in the ground, the space around the pole shall be backfilled with selected earth or sand, free of rocks and other deleterious material, placed in layers approximately 100 mm (4”) thick. Each layer shall be moistened and thorol;ghly compacted. Mast arms for wood pole installations shall be fabricated from standard pipe, free from burrs. Each mast arm shall be provided with an insulated wire inlet and wood pole mounting brackets for mast arm and tie- rod cross arm. Tie rods shall be of structural steel and pipe. Mast arms for luminaires shall be mounted to provide a mounting height of 9.1 m (30’). Mast arms for traffic signals and flashing beacons shall pro- vide a minimum vertical clearance of 5.2 m (17’) from bottom of equipment to the pavement. Wood poles, not to be painted, shall be pressure treated after fabrication with creosote, pentachlorophe- nol (oil borne) or copper naphthenate as provided in Section 204-2, “Treatment With Preservatives.’ All wood poles shall be pressure treated after fabrication with ammoniacal copper arsenate, chromated copper arsenate or ammoniacal copper zinc arsenate as provided in Section 204-2, “Treatment With Preservatives.” The minimum retention for water borne preservatives shall be that specified for posts. 2099.13 Sign Control. Each sign illumination installation shall be provided with a disconnect circuit breaker mounted on the sign standard or structure, as shown on the plans. Where the sign lighting is served from a series lighting circuit through a series-multiple transformer, the circuit breaker shall be in- stalled in the secondary circuit. Where the sign lighting is served through a multiplemultiple trans- former, the circuit breaker shall be installed in the primary circuit. Circuit breakers shall meet the re- quirements for circuit breakers in Section 209-2.11, ‘Service.” Enclosure for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium plated, and shall be provided with dead front panel and a hasp with a 11 mm (‘/,,‘) diameter hole for a padlock. Padlocks will be furnished by others. When the sign structure is to be painted, the circuit breaker or sign switch enclosure shall be painted the same wlor as the sign structure on which it is mounted. 2099.14 Testlng. Attention is directed to Section 4-1.4, “Test of Materials.” Testing shall conform to the following: 9/l 1 /oo Contract No. 3551 Pagel34of209 209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to a testing lo- cation designated by the Engineer. Testing will be performed by the Agency. Testing and quality control procedures for Model 170 and Model 2070 controller assemblies shall conform to the requirements in s “Transportation Electrical Equipment Specifications,” and “Traffic Signal Control Equipment Specifiw- tions,” issued by the State of California, Department of Transportation, and to all addendums thereto cur- rent at the time of project advertising. Testing and quality control procedures for all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contractor shall remove the equipment for repair within 5 working days after notification that the equipment is rejected. In the event the equipment is not removed within that period, it may be shipped to the Co&actor at the Contractor’s expense. The Contractor shall allow 30 days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being tested has been rejected for failure to comply with the specifications, the Contractor shall allow 30 days for Agency retesting. The retesting period shall begin when the corrected equipment is made available at the test site. All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from any moneys due or which may become due the Contractor under the contract. The Contractor will be notified when testing of the equipment has been completed and it shall be the Contractor’s responsibility to deliver the equipment to the site of the work or, at the Contractor’s request and the Agency’s wnven- ience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The sum of $100 or the actual cost of packing and shipping, whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the contract. . 209-2.148 Field Testing. Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. 20902.14B(l) Continuity. Each circuit shall be tested for continuity. 209-2.148(2) Ground. Each circuit shall be tested for grounds. 209,2.148(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall not be less than 10 MR on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 MR. The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing the test on the lead-in conductors between the pull box and the controller cabinet field terminals. 2093.14C Functional Testing. Attention is directed to Section 2091.06, “Scheduling of Work,” re- garding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. The functional test for each new or modified system shall consist of not less than 5 days of continuous, satisfactory operation. If unsatisfactory per- formance of the system develops, the condition shall be corrected and the test shall be repeated until the 5 days of continuous, satisfactojr operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above. 9/l 1 /oo Contract No. 3551 Page 135 of 209 Except for new or modified portions of existing lighting circuits and sign illumination systems, The Agency will maintain the system or systems during the test period and will pay the cost of electrical en- ’ ergy for the operation of all of the facilities that are undergoing testing. The cost of any necessary main- tenance performed by the Agency on new circuits or on the portions of existing circuits modified under the contract, except electrical energy, shall be at the Contractor’s expense and will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from a power inter- ruption or from unsatisfactory performance of Agency-furnished materials shall not constitute discon- tinuity of the functional test. 2093.15 Galvanizlng. Galvanizing shall be in accordance with the provisions in Section 210-3.6, “Galvanizing for Traffic Control Facilities,” except that cabinets may be constructed of material galva- nized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be painted with at least 2 appli- cations of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.5, “Repair of Damaged Zinc Coating.” Aerosol cans shall not be used. Other types of pro- tective coating shall be approved by the Engineer prior to installation. Iron or steel pipe standards and pipe mast am-ts shall be hot-dip galvanized after fabrication in conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized after fabrication in accordance with the provisions in Section 210-3.6, ‘Galvanizing for Traffic Control Fa- cilities.” Not less than 250 mm (lo’) of the upper end of the anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in Section 210-3.6, ‘Galvanizing for Traffic Control Facilities.” After galvanizing; the bolt threads shall accept galvanized standard nuts without requiring tools or causing removal of protective coatings. Galvanizing of existing materials in an electrical installation will not be required. 2099.16 Painting. Painting of electrical equipment and materials shall conform to the provisions in Section 310, “Painting,” with the following additions and modifications. Paint materials for electrical in- stallations, unless otherwise specified, shall conform to the provisions in Section 210, “Paint and Protec- tive Coatings.” Factory or shop cleaning methods for metals will be acceptable if equal to the methods specified herein. In lieu of the temperature and seasonal restrictions for painting as provided in Section 310, “Painting,” paint may be applied to equipment and materials for electrical installations at any time permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coat. Blast cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is in good condition, the first primer application by the Contractor will not be required. Existing equipment to be painted in the field, including Agency-furnished equipment, shall be washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty detergent powder per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushed with a coarse, cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, wrrosion, grease or dirt. Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately after cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with one application of Primer (Wash) Pm-Treatment, Section 210-l .5 or wash primer conforming to the requirements of Mili- tary Specification MIL-P-15328D. The wash primer shall be applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not be painted. 9111 /oo Contract No. 3551 Page136of209 New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing equip- ment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be re- quired. .After erection, all exterior surfaces shall be examined for damaged primer and the damaged sur- faces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not be painted. Painting of Agency-furnished controller cabinets will not be required. Types II and Ill steel service equipment enclosures shall be painted with a polymeric or an enamel coat- ing system conforming to Color No. 14672 (light green) of Federal Standard 5958. All coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. The coatings shall comply with the following requirements: Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using an Eagle Tur- quoise pencil. Salt Spray Resistance - The undercutting of the film of the coating system shall not exceed 3 mm (l/8”) average, from lines scored diagonally and deep enough to expose the base metal, after 250 hours ex- posure in a salt spray cabinet in accordance with ASTM Designation: B 117. * Adherence - There shall be no coating loss when tested by California Test 645. Compliance of the wat- ing system to the above requirements may be determined by the application of the coating, to 100 mm (4”) x 200 mm (8”) x 0.6 mm (0.0236”) test specimens of the same material as the cabinets, in the same manner as applied to the cabinets. A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5, ‘Certi- fication,” certifying that the coating system furnished, complies in all respects with these requirements. Interior of metal signal visors, louvers and front faces of back plates shall be finished with 2 applications of lusterless black exterior grade latex paint formulated for application to properly prepared metal sur- faces;-except that factory finish in good condition will be acceptable. Metal signal sections, signal head mountings, brackets and fittings, outside of visors, pedestrian push button housings, pedestrian signal sections and visors, and back faces of back plates, shall be finished with 2 applications of lusterless black or dark olive green exterior grade latex paint formulated for appli- cation to properly prepared metal surfaces. Dark olive green wlor shall match Color Chip No. 68 on file at the CALTRANS Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the ad- jacent standard or post. Relocated, reset or modified equipment previously finished as specified in this Section 209-2.16, except for galvanized standards previously finished with traffic signal yellow enamel, shall be given a spot finishing application on newly primed areas, followed by one finishing application over the entire surface. If any signal faces or mounting brackets are required to be painted under this Section, all signal faces and mounting brackets on the same mounting shall be repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be cleaned and painted as provided in Section 210-3.6, ‘Galvanizing for Traffic Control Faciiities,“for repairing damaged gaiva- nized surfaces. Equipment number shall be neatly stenciled on the standard or adjacent structure. The number designation will be determined by the Engineer. All paint shall be applied either by hand brush ing or by spraying machines in the hands of skilled operators. The work shall be done in a neat and workmanlike manner. The Engineer reserves the right to require the use of brushes for the application of paint, should the work done by the paint spraying machine prove unsatisfactory or objectionable, as determined by the Engineer. 2094 DETECTORS 2096.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. Ail sen- sor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power 9/l 1 /oo Contract No. 3551 Page 137of209 power interruption the units shall return to normal operation within one minute. Each unit shall be pro- vided with a light or meter, for each output circuit, to indicate when the detector is detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts to 135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be used for the output circuit. Unih shall be designed to provide ease of maintenance with easily accessible electronic components. Each detector shall provide vehicle detection without readjustment from -18°C to 71°C (0’ to 160°F). Units shall use printed circuit boards designed to facilitate identification of components. This shall be done by either part identification markings or by providing a pictorial diagram showing physical location and iden- tification of each component. Each printed circuit board shall have the following minimum quality re- quirements: NEMA FR-4 glass cloth base epoxy resin board, 1.5 mm (1/,bY) minimum thickness, organic solder masking and gold plated contacts. lnterwmponent wiring shall be copper track with a minimum mass of 600 g/m2 (2 ofi). Printed circuit design shall be such that components may be removed and replaced without permanent damage to boards or tracks. Splices shall wnfom\ to the provisions in Sec- tion 209-2.09, Viring.” 2) 209~5.0lA Inductive Loop Detectors. Inductive loop detectors shall conform to the following: 209~5.0iA(l) General. The term “inductive loop detector” applies to a complete installation consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet. 3) 209-5.01A(3) Sensor Unlt Construction. ‘Card” type sensor units shall conform to the requirements in “Traffic Signal Control Equipment Specifications, ” issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor unit. 209.50lA(4) Construction Materials. Conductor for each inductive loop detector shall be continuous and unspliwd and shall conform to one of the following: Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at any point shall be 1.0 mm (40 mils). Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene or vinyl, rated for use at 105’C, and shall be resistant to oil and gasoline. The tubing shall have a maximum outside diameter of 7 mm (0.27) and a minimum wall thickness of 0.71 mm (0.028”). The conductors shall not be spliced inside the tubing. Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded tinned copper. Loop de- tector lead-in cable shall conform to the calculated cross sectional area of ASTM Designation: B 286, Table 1. The lead-in cable shall conform to one of the following: Type B lead-in cable shall be insulated with 0.5 mm (20 mils) of high-density polyethylene. The conduc- tors shall be twisted together with at least 6 turns per meter and the twisted pair shall be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire shall be provided and wn- netted to the equipment ground within the cabinet. The cable shall be provided with a high-density poly- ethylene or high-density polypropylene outer jacket with a nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barrier of nonhydroswpic polyethylene or polypropylene fillers shall be provided. Type C lead-in cable shall conform to International Municipal Signal Association (IMSA) Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. 9/l 1100 Contract No. 3551 Pag8135of209 209-5,01A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans: Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 209-5.01A(4), “Construction Materials.” Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cut- ting operations shall be disposed of outside the highway right of way in acwrdance 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 3 mm (‘Is”) of- the pavement surface. The sealant shall be at least 25 mm (1’) thick above the top conductor in the saw wt. 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 one of the following: 1. Elastomeric Sealant.- Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be suitable for use. in both asphalt concrete and portland cement concrete. The cured sealant shall have the per- formance characteristics in Table 209-5.01A(5)(A). TABLE 209-5.01A(5)(A) ELASTOMERIC SEALANT CHARACTERISTICS Property Measuring Standard Results Conditions (ASTM Designation) Hardness ASTM D 2240 Rex. 65-65 25°C Q 50% relative hu- (indentation) Type A, Model 1700 midity Tensile ASTM D 412 Die C, 3.45 MPa, minimum pulled at 506 mm (20’) per Strength ‘Elongation ASTM D 412 Die C, 400%, minimum minute 1 pulled at 506 mm (20’) per 1. 2. I I I Flex at -40°C 0.6 mm (25 mil) Free No cracks Film Bend (180”) Weathering ASTM D 822 Weath- Slight chalking Resistance erometer 350 h Salt-Spray ASTM B 117 28 days 3.45 MPa, minimum Resistance at 38°C tensile; 400% minimum Elongation Dielectric ASTM D 150 Less than 25% change Constant - minute over 13 mm (‘12”) Mandrel Cured 7 days at 25°C @ 50% 5% NaCI, Die C, pulled at 508 mm (20’) per minute over a temperature range of -30-c to 50-c Asphaltic Emulsion Sealant.- Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8-) in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manu- facturer’s recommendations and shall not be placed when the air temperature is less than 7-C (45°F). 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 (4OO’F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt wncrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 2095.01A(5)(B). Contract No. 3551 Page 139 of 209 TABLE 209~&OlA@)(B) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Results Conditions Designation) Cone Pene- ASTM D 3407, Sec. 5 3.5 mm, max. 25x, 150 g, 5 s . tration Flow, 60°C Resilience ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 5 mm, max. 25%, min. 25°C I Softening 1 ASTM D 36 1 82 “C, min. Point, - Ductility, ASTM D 113 Flash Point, ASTM D 92 300 mm, min. 25X, 50 mm/min 288 “C, min. cot, “C Viscosity, I 1 ASTM D 4402 2.5-3.5 Pas No. 27 Spindle, 20 Brookfield i Thennosel, rpm, 190°C. The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Tempera- ture 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 (4O”F).- Hot-melt sealant shall be packaged in containers clearly . marked “Detector Loop Sealant” and specifying the batch and lot number of the manufacturer. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direc- tion of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a de- tector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop 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 2092.09, 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. 209-6 LIGHTING 209-6.01 High Pressure Sodium Luminaires. Light standard poles shall closely match existing poles along Poinsettia Lane within project limits, such as Ameron 2C2-25A6 ornamental concrete pole or equal. High pressure sodium luminaires shall be the enclosed type with a horizontal burning lamp. Lu- minaires shall be the cutoff type. Each luminaire shall consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral ballast, a terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are painted shall withstand a lOOO-hour salt spray test as specified in ASTM Designation: B 117. All other metal parts of the housing shall be fabricated from metal at least equal in -! w 9/l 1 /oo Contract No. 3651 Page 14Oof209 corrosion resistance and finish to the metal in the housing. Each housing shall be provided with a slip-fitter capable of mounting on a 50 mm (2”) pipe tenon and of being adjusted 5 degrees from the axis of the tenon. The clamping brackets of the slip-fitter shall not bottom out on the housing bosses when ’ adjusted within the i5 degree range. No part of the slip-fitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.5 mm (0.020”) when the four 10 mm &‘) diameter cap screws used for mounting are tightened to 13 Nm (10 ftIlbs.). All luminaires to be mounted on horizontal mast arms, when tested in accordance with California Test 611, shall be capable of withstanding cyclic load- ing in (G = Acceleration of Gravity): 1. a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoidal loading (same as 1.5 G peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts. 2. a horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with the internal ballast in- stalled, for a minimum of 2 million cycles without failure of any luminaire parts. 3. a vertical plane at a minimum peak acceleration level of 1 .O G peak-to-peak sinusoidal loading (same as 0.5-G peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. Each.mast arm mounted luminaire shall be furnished with a photoelectric unit receptacle. If a photoelec- tric unit receptacle is included and the plans call for the .omission of a photoelectric unit , a raintight shorting cap shall be installed. The surface of each reflector shall be specular and shall be protected by either an anodized finish or a silicate film. The reflector shall be shaped so that a minimum of light is reflected through the arc tube of the lamp. Each refractor or lens shall be mounted in a frame that is hinged to the housing and secured with a spring-loaded latch. Each refractor shall be made of glass or polycarbonate plastic. Each lens shall be made of heat and impact resistant glass. The optical system, consisting of the reflector, refractor or lens, lamp socket and lamp, shall be in a sealed chamber. Seal- ing shall be provided by a gasket between the ‘reflector and refractor or lens and a gasket between the reflector and lamp socket. The chamber shall have provision for filtered flow of air in and out of the chamber due to lamp heat. Filtering shall be accomplished by either a separate filter or a filtering gas- ket. .Each lamp socket shall be a porcelain enclosed mogul-multiple type. The shell shall contain inte- gral lamp grips to assure electrical contact under conditions of normal vibration. The socket shall be mounted in the luminaire in a manner to permit pm-setting a variety of specified light distribution pat- terns. The socket shall be rated for 1500 W and 600 V, and shall be rated for a 4-kV pulse. When the components are mounted on a down-opening door, the door shall be hinged and secured to the lumi- naire housing separately from the refractor or fiat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat lens frame is opened. Field wires connected to the luminaire shall terminate on a barrier type terminal block secured to the housing. The terminal screws shall be captive and equipped with wire grips for conductors up to No. 6. Each terminal position shall be clearly identified. The mini- mum light distribution for each luminaire shall be as shown on the isolux diagrams on the plans. The maximum brightness of each cutoff luminaire, with the lamp indicated, shall be as Table 20%6.01(A): TABLE 209-6.01 (A) CUTOFF TYPE LUMINAIRE Lamp Lamp Maximum Brightness ANSI Code No. Wattage (cd/d) s55 150 140 CCC 3nn I 410 s50 250 175 S67 310 210 s51 400 260 Brightness readings will be taken using a brightness meter with an acceptance angle of 1.5 degrees. When measured on the M-degree and 270degree lateral angle line, the maximum brightness shall not 9/l 1 /oo Contract No. 3551 Pa@ 141 of 209 exceed the above specified brightness when the meter is located at a horizontal distance of 37 m (120‘) and a vertical distance of 2.3 m (7.5‘) between the luminaire and the meter, or at an angle of 3 degrees 35 minutes from the horizontal to the line between the luminaire and the meter. Measurements shall be - made from both the go-degree line and the 270-degree line and averaged. The lamp used for each tes shall be operated at the wattage necessary to produce a light output as shown in Table 209-6.01(B): TABLE 209-6.01 (B) LAMP WATTAGE VERSUS LIGHT OUTPUT Lumens Lamp Wattage 16 000 150 22 000 200 27 000 250 37 000 310 50 000 400 209-6.01A High Pressure Sodium Lamp Ballasts. Each ballast shall be designed for the type, char- acteristics and wattage of the lamp it is to operate and it shall provide the proper starting and operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient temperature down to -30°C for the rated life of the lamp. Ballasts shall be designed for continuous op- eration at ambient air temperatures from -20°C to 25°C without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short-circuited condition and without measurable reduction in the operating requirements. Ballasts shall be tested in accordance with the requirements of ANSI C82.6-1980, “Methods of Measurement of High-Intensity-Discharge Lamp Bal- lasts.” Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. -* ’ A Certificate of Compliance conforming to the provisions in Section 4-1.5, ‘Certification,” shall be submit- ted by the manufacturer with each lot of integral ballast luminaires and with each lot of ballasts designed for use outside of luminaires. The certificate shall state that the lot of ballasts meets, in every respect, the above requirements and the lamp-ballast specifications of the lamp manufacturer. The input voltage for ballasts shall be as shown on the plans or as specified in these special provisions. Each integral bal- last shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid which is encapsulated will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Heat-generating wm- ponents shall be mounted so as to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermally shielded to limit the case temperature to 75°C. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors, ex- cept those in starting aids, shall be metal cased and hermetically sealed. Ballasts to be located remote from the luminaire shall be the submersible type and shall conform to the requirements in Section 209- 6.09C, “Submersible Type Transformers.” All components, including starting aid, shall be enclosed in a single housing. Ballast leads shall extend a minimum of 300 mm (12“) from the case. Steel housings shall be galvanized or painted. Ballast housings shall be clearly labeled to indicate lamp type, tamp wattage and input voltage. Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp-voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also at the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast cuTve shall fall within the specified limits of lamp voltage and wattage. Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be located within the luminaire housing. 9/l 1 /oo Contract No. 3551 Pa9e 142 of209 209-6.01 A( I) Regulator Type Ballasts. Regulator type ballasts shall conform to the following: 1. For nominal input voltage and lamp voltage, the ballast design canter shall not vary more than 7.5 percent from rated lamp watts. 2. The ballast shall be designed so that a capacitance variance of i8 percent will not cause more than a it8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input volt- age. 3. The lamp current crest factor shall not exceed 1.8 for input voltage variation of fl0 percent at any lamp voltage from initial through life. Regulator type ballasts shall be lag-type or lead-type conforming to the following: 1. Lag-Type Regulator Ballasts.- Each lag-type regulator ballast shall have the primary and sewn- dary windings electrically isolated and, when operated with the appropriate lamp, shall have the fol- lowing characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for &lO percent input voltage variation. 2. Lead-Type Regulator Ballasts- Each lead-type regulator ballast (CWA-constant wattage auto- regulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for &lo percent input voltage variation. 209-6.0IA(2) Autotransformer or Reactor Type Ballasts. Each nonregulating reactor, auto&arts- former, or high reactance ballast shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line volt- age with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 25 percent for ?~5 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7.5 percent from rated lamp watts. 4. The lamp current crest factor shall not exceed 1.8 for input voltage variation of &5 percent at any lamp voltage from initial through life. . 209-6.0IB High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the ANSI Standard: C 78, “Lamp Specifications, Physical and Electrical Characteristics of High-lntensity- Discharge Lamps,” when tested in accordance with ANSI Standard: C 78.388, “Methods of Measure- ment of High Pressure Sodium Lamp Characteristics.” High-pressure sodium lamps shall have a mini- mum average rated life of 24 000 hours. 20916.03 Soffit and Wall Luminaires, and Lamps. Soffit and wall luminaires shall be of the type or types specified. Soffi and wall luminaires shall be weatherproof and corrosion resistant. Installation de- tails and minimum light distribution shall be as shown on the plans. Each flush-mounted sofTit luminaire shall consist of a metal body, a prismatic refractor mounted in a door frame, a prismatic glass or specu- lar anodized aluminum reflector, a ballast, and a lamp socket. The body shall have provisions for an- choring in concrete and shall be provided with two Siie 27, minimum, conduit hubs. The refractor shall be glass and shall be clearly identified as to ‘street side.” The door frame assembly shall be hinged, gasketed and secured to the body by at least 3 machine screws. The ballast shall be located either within the housing or in a ceiling pull box as shown on the plans. Each pendant soffit luminaire shall be enclosed and gasketed, and shall be furnished with aluminum finish. The reflector shall have a specular anodized aluminum finish. The refractor shall be made of heat-resistant polycarbonate or glass. The 9/l l/00 Contract No. 3551 Pqe 143of209 optical assembly shall be hinged and latched for lamp access and shall be provided with a device to pre- vent dropping. Each pendant soffrt luminaire shall be furnished with a ballast and with a galvanized metal box for mounting the luminaire. The ballast shall be designed for operation in a raintight enclo- sure. The box shall be provided with a gasketed cover with 2 captive screws and 2 chains to prevenh dropping. Each wall-mounted iuminaire shall consist of a cast metal body, a prismatic refractor mounted in a door frame, an aluminum reflector with a specular anodized finish, an integral ballast and a lamp socket. The refractor shall be glass. A gasket shall be provided between the refractor and the body of the fixture. Each luminaire shall be provided with at least two 8 mm (5/,6“) minimum diameter mounting bolts. Cast aluminum bodies, which are to be cast into or mounted against concrete, shall be given a thick applica- tion of alkali-resistant bituminous paint on all surfaces to be in contact with concrete. Unless otherwise specified, each soffit luminaire and each wall luminaire shall be furnished with a 70-W high-pressure so- dium lamp, with a minimum average rated life of 24 000 hours. Each lamp socket shall be positioned to locate the light center of the lamp within 13 mm (‘12”) of the light center location for which the luminaire is designed. Ballasts for soffit and wall luminaires shall be the autotransformer, reactor or regulator type-conforming to the provisions in Section 209-6.OlA, “High Pressure Sodium Lamp Ballasts.” Ballasts for wall lumi- naires shall be located in the luminaire housing or, when shown on the plans, in a pull box adjacent to the luminaire. 2094.04 Pedestrian Crossing Fixtures. Pedestrian crossing fixtures shall consist of fluorescent light- ing fixtures for pedestrian undercrossings and for pedestrian overcrossings as shown on the plans. 209-6.05 Sign Lighting Fixtures- Mercury. Each mercury sign lighting fixture shall be designed for mounting near the bottom of the sign panel on an overhead sign structure. The fixture shall be of an en- closed design and shall be raintight and corrosion resistant. Each fixture shall consist of a housing with door, a reflector, refractor or a ftat tens, a lamp,za socket assembly, a ballast and a fuse block, and shall conform to the following: 1. Housing.- The housing shall have a door designed to hold a refractor or flat lens. Housings and doors shall be fabricated of sheet or cast aluminum. Sheet aluminum shall conform to the require- ments of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet. Painting is not re- quired. All external bolts, screws, hinges, hinge pins and door closure devices shall be of material which will not corrode in normal use.The housing shall be provided with holes to permit condensed water to drain. The door shall be hinged to the housing on the side of the fixture away from the sign panel and shall be provided with two captive latch bolts or other latching device. The door shall be provided with means to allow the door to be locked in the open position (50 degrees, minimum from the plane of the door opening) with a wind of 110 km/h (70 mph) striking the door from either side. The juncture of the door and the housing shall be gasketed to provide a raintight and dusttight joint. The thickness of the gasket shall be 6 mm (0.26”), minimum. The maximum height of the fixture shall be 300 mm (42“) above the top of the mounting rails. When the fixture is mounted on the mounting channels without a mounting plate, 4 holes of 11 mm (7/,su) diameter shall be provided. The distance between the front and back holes shall be 165 mm (6’/,“). 2. Reflector.- The reflector shall be one piece and shall be made from specularly finished aluminum protected with an electrochemically applied anodized finish or a chemically applied silicate film. The reflector shall be designed so that water deposited on it due to condensation will drain away. The reflector shall be secured to the housing with a minimum of two screws and shall be removable without removing any fixture parts, No reflectors shall be attached to the outside of the housing. 3. Refractor .- Refractors shall be made from borosilicate heat resistant glass. When a flat lens is .used, the lens shall be made from heat resistant glass. The refractor shall be so designed or shielded that no fixture luminance is visible when the fixture is approached directly from the rear and the viewing level is the bottom of the fixture. When a shield is used it shall be an integral part of the door casting. 4. Lamp.- Each fixture shall be furnished with a 176-W mercury lamp conforming to ANSI C78.386 1989, Code: H39KG176/DX. Lamps shall have a minimum average rated life of 16 000 hours. 9/l l/00 Contract No. 3551 Pa~e144of209 5. Lamp Socket.- The lamp socket shall be a porcelain enclosed mogul type. The shell shall contain integral lamp grips to assure electrical contact under conditions of normal vibration. The center contact shall be spring-loaded. Shell and center contact shall be nickel plated brass. The socket ’ shall be rated for 1500 W and 600 V. 6. Ballast.- The ballast for each mercury sign fixture shall be designed for the characteristics and wattage of the lamp and it shall provide the proper starting voltage and operating waveforms, volt- age and current. Ballasts shall provide reliable lamp starting and operation at ambient temperatures down to -25°C for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from -20°C to 25°C without reduction in ballast life. Ballasts shall have a design life of not less than 100 000 hours. Ballasts shall be tested in accordance with the require- ment of ANSI Standard C82.6-1980, ‘Methods of Measurement of High-Intensity-Discharge Lamp Ballasts.” A Certificate of Compliance conforming to the provisions in Section 4-l .5, “Certification,” shall be submitted by the manufacturer with each lot of sign lighting fixtures. The certificate shall state that the ballasts meet, in every respect, the above requirements and the lamp ballast specifi- cations of the lamp manufacturer. Ballasts consisting of separate components shall conform to the following: 1. Each component shall be capable of being easily replaced. Each component shall be provided with screw terminals,.NEMA tab connect or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. 2. Heat-generating components shall be mounted so as to use the portion of the sign lighting fixture upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermalty shielded to limit the case temperature to 75°C. 3. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors shall be metal cased and hermetically sealed. 4. Ballasts for mercury sign lighting fixtures shall be normal power factor reactor type or autotrans- former regulator type (CWA-constant wattage autotransformer). 5. Reactor Type Ballasts- Each reactor type ballast shall, when operated with the mercury lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 50 percent. b) The lamp wattage shall not vary by more than a i10 percent for a &5 percent input voltage variation. c) The lamp current crest factor shall not exceed 1.5 at rated input voltage. d) Ballast losses shall not exceed 25 W. 6. Autotransformer Regulator Ballasts- Each autotransformer regulator type ballast shall, when op- erated with the mercury lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shalt be not less than 90 percent. b) The lamp wattage shall not vary by more than a i7 percent for a &lo percent input voltage variation. c) The lamp current crest factor shall not exceed 1.7 at rated input voltage. d) Ballast losses shall not exceed 40 W. 7. Fuse Block.- Each fixture shall be provided with a barrier type fuse block for terminating field wn- nections. The block shall be secured to the housing and shall be accessible without removal of any fixture parts. The block shall be mounted to leave a minimum of 13 mm (0.5 ‘) air space from the sidewalls of the housing. The block shall be designed for easy removal of fuses with fuse puller, shall be rated at 600 volts and shall have box terminals. Fuses shall be 10 mm (Y=“) di- ameter, 38 mm (l1/2y) long ferrule type and shall be UL or ETL listed. For 120-volt input fixtures, only the ungrounded conductor shall be fused and a solid link shall be provided between the neu- tral and the ballasts. 8. Wire Guard .-When shown on the plans, each sign lighting fixture shall be provided with a wire guard to prevent damage to the refractor or lens. The guard shall be constructed of 6.5 mm (0.2625”) (minimum) diameter steel wire and shall be either hot-dip galvanized or provided wtth an electroplated zinc coating conforming to ASTM Designation: B 633, Service Condition SC4 with a 9/l 1100 Contract No. 3551 Page 145of209 clear chromate dip treatment. Guard elements shall be spaced so as to prevent rocks in excess of 40 mm (1 1/Zy) in diameter from passing through. When the fixture is located so that the light center of the lamp is 1.4 m (56”) in front of, 300 mm (12”) ’ below, and centered on a 3 m (10’) high by 6 m (20’) wide sign panel, the ratio of the maximum to mini- mum illuminance level on the panel shall not exceed 12 to 1 in 95 percent of the points measured. In addition, the illuminance gradient shall not exceed 2 to 1. llluminance gradient is defined as the ratio of the minimum illuminance on any 300 mm (12”) square of panel to that on any adjacent 300 mm (12“) square of panel. The minimum horizontal lux requirements shall conform to the ‘Isolux Diagrams” shown on the plans: Each fixture shall be furnished with a mounting assembly that will permit the fixture to be mounted on the continuous slot channels shown on the plans. The mounting assembly shall be either cast aluminum, hot-dip galvanized steel plate or steel plate that has been galvanized and finished with a polymeric coating system. 20916.06 Sign Lighting Fixtures- Incandescent. Each sign lighting fixture for an incandescent lamp shall be of the type shown on the plans or as specified in these special provisions. Sign lighting fixtures shall be UL or ETL listed for outdoor installation. The fixture shall wnsist of a hood with side outlet tapped for conduit and a symmetrical 250 mm (1 Oy) steel reflector. Fixture shall be rated at 150 W mini- .mum. The reflector shall have a white porcelain enamel finish. The fixture shall have a medium base socket. . 2091.065 Internally Illuminated Street Name Signs. Internally illuminated street name signs shall conform to the details shown on the plans. The general design of signs shall be as shown on the plans. Minor details of construction shown are typical and may be modified subject to approval by the Engi- neer. The sign fixture shall be designed and constructed to prevent deformation or failure when sub- jected to 113 km/h (7Omph) wind loads as set forth in the AASHTO publication, ‘Standard Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals,” and amendments thereto. The sign panels shall not deform or warp under a 113 km/h (70 mph) wind loading. A Certificate of Compliance conforming to the provisions in Section 4-1.5, ‘Certification,” shall be submitted by the manufacturer with each lot of internally illuminated street name signs. The certificate shall state that the internally illuminated street name signs meets the wind load requirements as described above. All mate- rial used in fabrication shall be new. If not covered herein, both the material and workmanship shall be of the best quality consistent with the intended purpose. All ferrous parts shall be galvanized or wd- mium plated, unless otheNvise specified herein or shown otherwise on the plans. Signs shall be Type A or Type B. Additionally all Internally Illuminated Street Name Signs shall conform to the following re- quirements: 1. Housing.- The top and bottom shall be formed or extruded aluminum and shall be attached to formed or cast aluminum end fittings. The design shall provide continuous sealing between top and bottom assemblies and the end fittings. The housing shall be rigidly constructed to resist torsional twist and warp. Provisions shall be made for ease of maintenance of all components. The opening or removal of one panel shall permit access to the interior of the sign and allow for replacement of lamps, ballasts and fuses. Photoelectric unit sockets will not be allowed. On Type A signs, both sides shall be hinged at the top to permit installation or removal of the sign panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall be slide-mounted into the housing. 2. Reflectors .-At the option of the Contractor, reflectors may be used to provide the required sign brightness. Refiectors, tf used, shall be formed aluminum with acrylic baked white enamel surface having a minimum reflectance of 0.85. 3. Sign Panels.- The sign panels shall be slide-mounted or rigid mounted in a frame, with white leg- end, symbols, arrows, and border on each face, as shown on the plans. The background shall be green. The entire surface of the sign panel shall be evenly illuminated. The average of brightness . readings for the letters shall be 500 cd/m2 (150 foot-lamberts), minimum. The light transmission factor of the sign panel shall provide a letter to background brightness ratio of between 10 to 1 and 20 to 1. The luminance of the background shall not vary by more than 40 percent from the average of background brightness reading. The luminance of the letters, symbols and arrows shall not vary 9/l 1 /oo Contract No. 3551 Pagel46of209 _. by more than 20 percent from the average brightness reading Of letters, symbols and atrows. The sign panels shall be translucent panels of high impact resistant plastic of one Of the following types: a) Glass fiber reinforced acrylated resin. b) Polywrbonate resin. c) Cellulose acetate butyrate plastic. d) Paint on the outside of the plastic shall be protected by a plastic film which shall Seal the front surface of the panel and filter out ultraviolet radiation. Paint shall be acrylic plastic type. e) All surfaces shall be free of blemishes in the plastic or coating that may impair the service- ability or detract from the general appearance and wlor matching of the Sign. f) The white or green wlor shall not fade or darken when the sign is exposed to an acwler- ated test of ultraviolet light which is equivalent to 2 years of outdoor exposure. The green color of the sign, when not illuminated, .shall wnfonn to Color No. 14109 of Federal Standard 5958. g) The sign panels shall not crack or shatter when a 25.4 mm (1’) diameter, steel ball with a mass of 67 grams (4 oz.) is dropped from a height of 2.6 m (8.5‘) above the sign panel to any point of the sign panel. The panels shall be lying in a horizontal position and supported within #. their frame for this test. 4. Gaskets.- On Type A signs, gaskets shall be installed between the sign panel frame and the fixture housing to prevent the entrance of water between the frame and the fixture housing. Gaskets shall be unifoml and even textured and shall be the closed cell, sponge neoprene type, designed for use at temperatures between -2O”C(-4”F) and +7O’C (158°F). Gaskets shall be neatly applied to thor- oughly degreased, clean surfaces with a suitable heat-resistant adhesive which will not allow the gas- kets to slip at temperatures between -20°C and +7O”C. 5.. Ballasts.- Ballasts shall be of the high power factor type and shall be capable of starting the lamps at -20°C (4°F) and above. Ballasts for Type A signs shall be rated at 200 mA. Ballasts for Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operation on 110 to 125 V, 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C 82.1 and ANSI Standard: C 82.2. A separate ballast shall be provided for each lamp. 6. Lamp holders- Lamp holders shall be listed by UL or ETL for outdoor use, shall be provided wtth silver coated contacts and waterproofed entrance leads for use with a rapid-start fluorescent lamp. Removal of the lamp from the socket shall de-energize the primary of the ballast. Each lamp holder shall be provided with a heat-resistant, circular cross section, partially recessed neoprene ring to seal against the lamp ends and protect electrical contacts from moisture and dirt or other injurious el- ements. One lamp holder for each lamp shall be of the spring-loaded type. The distance between the face of the lamp holders for each lamp shall provide a compression of at least 2.5 mm (O.lol) on the spring-type lamp holder when the lamp is in place. The lamp shall have positive mechanical and electrical contact when the lamp is in place. The socket on the spring-type lamp holder shall have sufficient travel to permit installation of the lamp. Springs for lamp holders shall not be part of the cur- rent carrying circuit. Lamp holders shall match lamp requirements and shall not increase cathode filament circuit resistance by more than 0.10 R. 7. Lamps.- Lamps shall be of the types shown on the plans and shall meet the requirements of ANSI Standard: C 78. 8. Terminal Blocks .-All wiring connections in the fixture shall be terminated on melded, phenolic, bar- rier type, terminal blocks rated at 15 A, 1000 V, and shall have integral type, white, waterproof mark- ing strips. All current carrying parts of the terminal block shall be insulated from the fixture with in&- gral plugs or strips to provide an insulating value in excess of the line-to-ground flashover v&age. If the Contractor elects to use sectionaltzed terminal blocks, each section shall be provided with an in- tegral barrier on each side and shall be capable of rigid mounting and alignment. Terminal screws shall be size No. 10, minimum. 9. Fuses .- Fuses shall be Type 3AG, miniature, slow blowing type with appropriate current and voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet type knob which grips the fuse tightly for extraction. A separate fuse shall be provided for each ballast. 10. Weep Holes .- Screened weep holes shall be provided at strategic locations in all members subject to the collection of moisture. Weep holes shall be shielded to prevent light leakage from the fixture. 9/l 1 /oo Contract No. 3551 Page 147 of209 11. Fasteners- All fasteners, screws, and hardware shall be of passive stainless steel (Type 302 or 304) or aluminum Type 6060-T6. 12. Mounting Assemblies- The top of the fixture housing shall have 2 free-swinging mounting brackets. Each of the brackets shall be adjustable vertically for leveling the sign to either a straight or curvec mast arm. The bracket assembly shall permit the fixture to swing perpendicular to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diameter of 6 mm (0.25”). At least 4.6 m (15’) clearance shall be provided between the bottom of the fixture and the roadway. 13. Message.- The message, as shown on the plans, shall be displayed on both sign panels. If not shown on the plans, the message, and the size of symbols or arrows will be furnished by the Engi- neer at the request of the Contractor. Unless shown otherwise, letters shall be 200 mm (8’) upper case and 150 mm (6”) lower case, Series E. 14. Mass.- The total mass of the complete sign assembly, including lamps, ballasts, mounting brackets and appurtenances shall not exceed 30 kg. 15. Conductors- All fixture conductors shall be UL or ETL listed appliance wiring material (AWM) stranded copper wire with 0.7 mm (28 mils), minimum, thermoplastic insulation, rated at 1000 volts and rated for use at 90°C. Conductors shall be No. 16, minimum, and shall match the wlor coding of the ballast leads. The size of conductors from the sign disconnect to the fuse block shall be as shown on the plans. All conductors within the fixture shall be secured with easily removable spring cross straps (not clamped) in the chassis or fixture. Straps shall be installed not more than 300 mm (12’) apart. Stranded copper conductors wnnected to screw type terminals shall terminate in ap- proved crimp type ring connectors. Splices will not be permitted within the fixture unless approved in writing by the Engineer. 16. Equipment List and Drawings.- Within 15 days following approval of contract, the Contractor shall submit 3 sets of shop drawings and a list of equipment and materials he proposes to install, as speci- fied in Section 2-5, “Plans and Specifications.” The shop drawings shall show the message for each sign and shall include the size of letters, symbols or arrows, as shown on the plans or as furnished by the Engineer. The list of equipment shall inotude the name of the manufacturer of all materials and sufficient detail to identify the materials. If requested, the Contractor shall supply, without cost to the Agency, sufficient samples of materials to be used in the fabrication of the sign, or a complete sign assembly, to permit adequate testing and evaluation of conformance to the specified requirements. 2096.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisions or as shown on the plans, shall be capable of switching multiple lighting systems directly. Type IV photoelec- tric control shall be used unless otherwise shown on the plans or required by these special provisions and shall be installed in a receptacle integral with the luminaire. 1. Type I photoelectric control shall consist of a remote photoelectric unit and a test switch housed in an enclosure. 2. Type II photoelectric control shall consist of a remote photoelectric unit, a separate wntactor located in a service equipment enclosure, and a test switch located in the service equipment enclosure unless shown otherwise. 3. Type Ill photoelectric control shall consist of a remote photoelectric unit, and a separate wntactor and a test switch housed,in an enclosure. 4. Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEMA twist lock. 209-6.07A Types. The types of photoelectric controls shall be as follows: 1. receptacle integral with the luminaire. 2. Type V photoelectric control shall consist of a photoelectric unit, wntactor and test switch located in a service equipment enclosure. 3. A switch to permit manual operation of the lighting circuit shall be provided for each Type I, Type II, Type Ill, and Type V photoelectric control. Switches shall be of the single-hole mounting toggle type, single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches shall be furnished with an indicating nameplate reading ‘AuteTesr and shall be wnnected in parallel with the load contacts of the photoelectric unit. Test switch shall not have an “OFF” position. 9/l 1 /oo Contract No. 3551 Pa9e 148of209 4. Photoelectric units for Types I, II and III photoelectric controls, shall be pole-top mounted unless oth- erwise specified. 209-6.078 Equipment Details. Equipment details shall conform to the following: 2096.078(l) Photoelectric Unit. The photoelectric unit shall provide ah output in response to chang- ing light levels. Components of the unit shall not require periodic replacement. Units shall have a “tum- on” between 10 and 50 lux (one and 5 footwndles),and a “turn-off” at between 1.5 and 5 times “turn-on.” Measurements shall be by the procedures set forth in EEI-NEMA Standards for Physical and Electrical interchangeability of Light-Sensitive Control Devices Used in the Control of Roadway Lighting. Photo- electric controls, except Type IV and Type V, shall be furnished with a 100 mm (4”) minimum inside di- ameter pole-top mounting adaptor containing a terminal block and with cable supports or clamps to sup- port pole wires. The photoelectric unit receptacle shall be the EEI-NEMA type. Mounting brackets shall be used where pole-top mounting is not possible. Photoelectric controls shall be installed at the low- tions shown on the plans and oriented as directed by the Engineer. For switching 480 V, 60 Hz circuits, a 100 VA, minimum, 480/120-volt transformer shall be installed in the wntactor enclosure. to provide 120 volts for the photoelectric control unit. Where more than one photoelectric unit is to be installed at the same location, a single transformer, with a volt-ampere rating capable of handling the total controlled load;may be used. Photoelectric units shall be screened to prevent artificial light from causing cycling. The photoelectric unit shall also conform to the following: 1. The supply voltage rating shall be 60 Hz, 105-130 V, 210-240 V, or 105-240 V, as specified. 2. The load rating shall be 800 W minimum, incandescent, mercury or fluorescent. 3. The operating temperature range shall be from -29°C (-20°F) to 65°C (150°F). 4. The power consumption shall be less than 10 W. 5. The unit shall be housed in a weatherproof enclosure. 6, The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-lock plug mounting. 7. Units shall be provided with a “fail-on” feature. 209-6.078(2) Contactor. The wntactor shall have contacts rated to switch the specified lighting load and shall be normally open, unless otherwise specified. The wntactor shall be either the mechanical armature type or the mercury displacement type. The contacts of the mechanical armature type wntac- tor shall be either fine silver, silver alloy, or superior attemattve material. The wntactor shall have a minimum rating of 30 A, per contact, inductive load. 209-6.078(3) Contactor and Test Switch Housing. The enclosure for Type I and Type Ill photoelec- tric controls shall be NEMA Type 3R. The enclosure shall be provided with a factory applied rust resis- tant prime coat and finish coat. Two applications of paint to match the wlor of the standard shall be ap- plied as specified in Section 2092.16, “Painting.” The enclosure may be hot-dip galvanized in lieu of painting. A minimum of 65 mm (2’/,“) shall be provided between wntactor terminals and end of endo- sure for wiring connections. The enclosure shall be mounted on the same standard as the photoelectric unit at a height of approximately 1.8 m (61) above the base. 2096.078(4) Wiring. Conductors between the photoelectric unit and an external wntactor shall be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on the plans. 209407B(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. 20916.09 Transformers. Multiple to multiple and series to muttiple transformers shall be of the singfe- phase, dry type designed for operation on a 60 Hz supply. 209-6.09A Electrical Requirements. Transformer ratings shall be 120/480 volts, 240/480 votts or 480/120 volts for multiple to multiple units and 6.6 All20 volts or 6.6 A/480 volts for series to multiple 9/l 1 /oo Contract No. 3551 Page 149of2OQ units or other ratings as shown on the plans. Secondary 480-volt windings shall be center tapped. Volt- ampere ratings shall be as shown on the plans. Transformer efficiency shall exceed 95 percent for mul- tiple to multiple units and 80 percent for series to multiple units. Secondary voltage regulation and toler- ance shall be &3 percent from half load to full load for multiple to multiple units and +lO percent (max. mum) at no load to i3 percent at full load for series to multiple units. Transformers shall have a decal showing a connection diagram. The diagram shall show either wlor coding or tagging of wires with pri- mary (Hi, H2) or secondary (Xl, X2) markers, and shall also show the primary and secondary voltage and volt-ampere rating. 209-6.09B Physical Requirements. External leads for multiple to multiple and series to multiple sec- ondary connections shall be Type USE, No. 10, rated 600 volts AC. Primary conductors for series to multiple transformers shall be rated for use on 500~volt AC circuits. Transformer leads shall extend a minimum of 300 mm (12”) from the case. Transformer insulation shall be NEMA 185°C or better. Se- ries to multiple transformers shall withstand the application of 12 000 volts AC from core to primary coil and from coil to coil for a one minute period. Series to multiple transformer secondaries and multiple to multiple transformers shall withstand the application of 2200 volts AC from core to coils and, for multiple units only, from coil to coil for a one minute period. The above tests shall be made immediately after operation of the transformer at full load for 24 hours. Non-submersible transformers shall be provided with metal half-shell coil protection, shall have moisture resistant, synthetic varnish impregnated wind- ings and shall be suitable for outdoor operation in a raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type and shall be provided with a handle and a hanger. 209-6.09C Submersible Type Transformers. Submersible type transformers shall be securely en- cased in a rugged corrosion resistant, watertight case and shall withstand a 5day test submerged in 600 mm (2’) of salt water (2 percent salt by mass) with 12-hour on and off periods. The operating periods shall be at full load. Leads of submersible transformers shall be brought out through one or more sealed hubs and shall be secured in a manner which will withstand a 450-N (100 lb) static pull without loosening or leaking. 2096.11 C Portal Illumination. For illumination of falsework portals the following shall apply: 1. On each side of each entrance’ portal, clearance guides consisting of plywood sheets,’ 1.2 m (4‘) wide by 2.4 m (8’) high, shall be fastened vertically facing traffic with the bottom of the panel 1 .O m (3’) to 1.2 m (4’) above the roadway. The center of the panel shall be located approximately one meter (3’) horizontally behind the roadway face of the railing. The panels shall be freshly painted for each in- stallation with not less than 2 applications of flat white paint, furnished and applied by the Contractor. Testing of paint will not be required. 2. When ordered by the Engineer, in order to improve the general appearance of the painted surfaces herein described, the Contractor shall repaint designated areas and that painting will be paid for as extra work as provided in Section 3-3, “Extra Work.” 3. Falsework portals shall be illuminated on the side facing traffic with 150-W, minimum, PAR reftector flood lamps mounted on the structure directly over each vertical support adjacent to the traveled way, as needed to uniformly illuminate the exterior falsework beam, the clearance guides and the over- head clearance sign. Each lamp shall be supported approximately 5 m (16‘) above the pavement and approximately 1.8 m (6’) in front of the portal face, the exact position to be as directed by the Engi- neer. 4. The above specified portal lighting and clearance guides shall be installed on the day that vertical members are erected. 209-6.1lD Pedestrian Walkway Illumination. For illumination of pedestrian openings through or un- der falsework, the following shall apply: 1. Fixtures shall be flush mounted in the overhead protection shield, and shall be equipped with a clear polywrbonate diffuser lens, which is damage resistant. 2. Lamps shall be standard incandescent 100 W, 120 V. 9/l l/O0 Contract No. 3551 Pe~el6Oof209 3. Fixtures shall be centered over the passageway at intervals of not more than 4.5 m (15’) with the end Rxtures not more than 2 m (7’) inside the end of the pedestrian openings. 4. Pedestrian passageway light systems shall be installed as a first order of work after the overhead pro- . tection shield is erected. 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, “Protection and Res- toration of Existing Improvements.” Existing electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detec- tor frames not reused, shall become the property of the Contractor and shall be removed from the street right of way in accordance with the provisions in 300-l. “Clearing and Grubbing,” except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from standards. Luminaires, signal heads, and signal mounting assemblies shall be removed from standards and mast ams. Attention is directed to the provisions in Section 7-9, “Protection and Restoration of Existing Improve- ments” and 300-1.2, “Preservation of Property.” The Contractor will be required to repair or replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as determined by the Engi- neer, has been damaged or destroyed by reason of the Contractor’s operations. Attention is directed to the provisions in Section 209-2.03, “Foundations,” regarding foundations to be abandoned or removed, Holes resulting from removing pull boxes and detector frames shall be filled with material equivalent to the surrounding material. 209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equipment is to be reinstalled, the Contractor shall furnish and in&all all necessary materials and equipment, including sig- nal mounting assemblies, anchor bolts, nuts, washers and concrete as required to complete the new in- stallation. All traffic signal and flashing beacon faces to be reinstalled or to be part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fixtures to be reinstalled shall be cleaned and relamped. Existing materials required to be relocated and found to be unsatisfactory by the Engi- neer shall be replaced by new material and the cost therefor will be paid for as extra work as provided in Section 3-3. “Extra Work.” 209-8 PAYMENT 2094.01 Payment. The contract lump sum price or prices paid for signal, flashing beacon, lighting, sign illumination, traffic monitoring station, closed circuit television systems, or combinations thereof; for modifying or removing those systems; for temporary systems; or the lump sum or unit prices paid for various units of those systems; or the lump sum or per meter price paid for conduit of the various sizes, types and installation methods listed in the Engineer’s Estimate shall include full compensation for fur- nishing all labor, materials, tools, equipment and incidentals, and for doing all the work invotved in fur- nishing and installing, modifying, or removing the systems, combinations or units thereof, as shown on the plans, as specified in these special provisions, and as directed by the Engineer, including any nec- essary pull boxes (except when the type required is shown as a separate contract item); excavation and backfill; concrete foundations (except when shown as a separate contract item); pedestrian barricades; furnishing and installing illuminated street name signs; installing Agency-furnished sign panels on pedes- trian barricades, on ftashing beacon standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the various systems, shall be considered as induded in the 9/l 1100 Contract No. 3551 Page 151of209 prices paid for the systems, or units thereof, and no additional compensation will be allowed therefor; except as provided in Section 209-l .05, “Maintaining Existing and Temporary Electrical Systems.” When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole concrete pik (signal foundation) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete pile foundations of the size shown on the Engineer’s Estimate, including drilling holes, disposing of the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and reinforcing steel, complete in place, as shown on the plans, and as specified in these special provisions and as directed by the Engi- neer. When shown as a contract item, non-reinforced portland cement concrete foundations will be measured and paid for in the manner as provided in Section 303-l .l 1, “Payment.” When shown as a separate contract item by the lump sum or per bid item linear measurement, interwn- nection conduit and conductor shall include all interconnection conductors, but shall only include conduit ’ and pull boxes containing interconnection conductors and no other conductors. The quantity of inter- connection conduit and conductor to be paid for by the lump sum bid or the bid item linear measurement shall be the length of that conduit. Compensation for conduit containing interconnection conductors and other conductors shall be considered as included in the contract price paid for the item requiring the other conductors. Full compensation for furnishing, installing, maintaining and removing falsework lighting equipment shall be considered as included in the contract prices paid for the items of work involved in the structure which requires the falsework lighting and no additional compensation will be allowed therefor. SECTION 210 - PAINT AND PROTECTIVE COATINGS 2101 PAINT 21 O-1.5 Paint Systems. Add the following to Table 21 O-l .5(A) Surface to be Painted TABLE 21 O-1.5 (A) Pre-treatment / Surface Prepara- Primer Finish Coats tion Temporary Railing Type Abrasive Blast Cleaning to a None Two coats white Acrylic (K) Roughened, Textured Appearance Emulsion Paint (‘) (1) ac % ic emulsion paint designed fo r use on extenor masonry. This paint shall comply in all respects to i-ederal Specifi- cation -P-19 (latest revision). Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using ‘universal or “all purpose’ concentrates. Add the following: 210-l s.1 Coating for unfinished surfaces on all steel piping and casing. Tnemec Alternate: Prime coat or spot prime coat as required shall be Tnemec Series 4 Versare primer applied to a dry-film thickness of 2 to 3.5 mils. Two or more finish coats of Tnemec Series 2H Tneme-Gloss enamel shall be applied to a thickness of 1.5 to 3.5 mils. Total dry-film thickness of the complete system shall be 7 mits, minimum. 21 04.59 Coating for unfinished surfaces on all steel piping and casing. Devoe Alternate: Prime coat or spot prime as required shall be 4140 Q.D. Alkyd Primer. Two or more finish coats of Dev- shield 4328 Alkyd applied to a dry-film thickness of 1.5 to 2 mils. each. Total dry-film thickness of the complete system shall be 5 mils, minimum. 2104.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: 9/l l/O0 Contract No. 3551 Paf~e 152of209 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. 8010-910-30. 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. 8010-21C-19. 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. 8010-21C-22 (Type II). CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be ob- tained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, tele- phone number (916) 227-7000. Add the following section. 210-l .8 Preformed Thermoplastic Pavement Markings. Preformed Thermoptastic Pavement Mark- ings shall be Premark brand manufactured by Flint Trading Company 115 Todd Court, Thomasville, NC 27360, Premark 20/20 Flex brand manufactured by Flint Trading Company 115 Todd Court, Thomas- ville, NC 27360, Pavemark brand’ manufactured by Stimsonite Corporation, 6565 West Howard Street, Niles, IL 60714 or approved equal. 210-2.4.1 Flexible PVC Liners for Structures, Accessholes, and Pipes. Add the following: The mate- rial used in the liner and in all joint, comer, and welding strips shall be a combination of poly (vinyl chlo- ride) resin, pigments and plasticizers, specially compounded to remain flexible. Poly (vinyl chloride) resin shall constitute not less than 99 percent, by weight, of the resin used in the formation. Copolymer resins will not be permitted. Tensile specimens shall be l-inch by 3-inch samples of the sheet thickness. Specimens may be taken from sheet and strip at any time prior to final acceptance of the work. Liner plate locking extensions embedded in concrete shall withstand a test pull of at least 100 pounds per linear inch, applied perpendicularly to the concrete surface for a period of one minute, without rup- ture of the locking extensions or withdrawal from embedment. This test shall be made at a temperature of 70-80°F inclusive. All plastic liner plate sheets, including locking extensions, and all joint, corner, and welding strips shall be free of cracks, cleavages, or other defects adversely affecting the protective characteristics of the material. The Engineer may authorize the repair of such defects by approved methods. . The lining shall have good impact resistance, shall be flexible, and shall have an elongation sufficient to bridge up to X-inch settling cracks, which may occur in the pipe joint, or joint of structure after installa- tion, without damage to the lining. The lining shall be repairable at any time during the life of the pipe or structure. Add the following section: 21 O-2.4.3 Liner Types. PVC liner shall be of two (2) types: Type 1 shall have locking extensions and shall be used for formed or vertical surfaces; Type 2 shall noJ have locking extension (it will be plain sheet), and shall be used for unformed or horizontal surfaces. Type 1 PVC liner shall be installed on the interior concrete surface of. the accasshole. Type 2 PVC liner shall be used on the unformed concrete fillet areas of the accesshole. If not otherwise specified hereinafter, undifferentiated references to “PVC Liner” shall be understood to refer to Type 1 and Type 2 liner. Type 1 PVC liner shall be secured to the underlying surface by means of its locking extensions. Type 2 PVC liner shall be secured to the underlying surface primarily by means of an adhesive as rec- ommended by the PVC liner manufacturer. The adhesive anchorage shall be augmented by stainless steel expansion anchors. The mechanical anchorage system (including sealing materials, batten strips and other accessories) shall be as recommended by the manufacturer. Explosive-drive anchors shall not be used for this purpose. Anchors shall be Type 304 stainless steel ‘Lite Spike” (3/1binch diameter x 1 %-inch long with EPDM sealing washer) installed in a drilled hole per the anchor manufacturer’s rec- ommendations. The anchor manufacturer shall be Rawlplug Company (Anaheim, California) or ap- proved equal. 9/l 1 /oo Contract No. 3551 Page153of209 Anchor holes shall be sealed using Sikadur No. 31 (Sika Corporation;. Santa Barbara, California) or Xoncressive Past LPL” (Master Builders; Cleveland, Ohio). A sealing agent such as Sikaflex 1A that does not setup and harden shall not be used. A four-inch (4”) wide joint strip shall be welded over al mechanical anchors to seal them from contact with the sewage. Use Ameron’s one-inch (1”) wide weld strip on both sides of the four-inch (4”) wide joint strip to seal it to the underlying Amer-Plate. The seal shall be continuous and watertight along its entire length. A single, continuous piece of joint strip shall be provided to cover each row of anchors. 21 O-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. Gaivanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (‘&“) thick or thicker, shall wn- form to the specifications of ASTM Designation: A 123, except that complete seal welding of-tightly wn- tatting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (‘j8’) thick or thicker shall be performed after fabrication into the largest practical sec- tions. At the option of the Contractor, material thinner than 3.2 mm (‘&“) shall be galvanized either before fabri- cation in conformance with the requirements of ASTM Designation: A 525M. Coating Designation 2600, 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 par square meter (1.2 oz. par ff) of actual sur- face area with no individual specimen having a coating weight of less than 305 g per square meter (1 .O oz. per ff ). . Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. 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 re- move all slag or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after gaivanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steal hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, gal- vanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210-1, “Paint.” Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with 2 applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, “Repair of Damaged Zinc Coating.” Aerosol cans shall not be used. # 9/l 1 /oo Contract No. 3551 P8g43154of209 SECTION 212 -- LANDSCAPE AND IRRIGATION MATERIALS 212-l LANDSCAPE MATERIALS 212-l .2.3 Commercial Fertilizer. Add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 124-6 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-l O-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 Mate0 Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods warse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(B): - Table 212-l .2.4@ SOIL AMENDMENT PRoPERTIES .__. t Sglinitv .._. __-... .-- we -.I 0% 2% (11 (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) SSPWC) 1 For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the pro- posed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certify- ing compliance to the requirements herein. Qualified agricultural laboratories shall have an on-going quality assurance program that fulfilis the requirements of the most recent version of the western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods”. Certificates of com- pliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfil1 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. Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adher- ence to manufacturer’s specifications and instructions. Postemergent herbicide for all areas shall be Gly- phosate, N- (phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundwver areas planted from flats shall be Treflan, Surftan, Eptan, or approved equal. 9/l 1 /oo Contract No. 3551 Page 155of209 Add the following section: 212-l .2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSO, H,O) product - 94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during application ’ is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a lo-mesh screen. 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 scien- tific and wmmon 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 materi- als delivered on site shall be labeled clearly as to species and variety. Ail patented plants (cultivars) re- quired by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants deliv- ered from outside the County in which they are to be planted. Evidence that clearance has been ob- tained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer’s decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. . 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 bean restricted or deformed at any time. Plants shall be well-grown, free from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants, which are even moderately “overgrown”, or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amend- ments 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 furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least 60 days before the planting operation has commenced. No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractors expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each 9/l 1 /oo Contract No. 3551 Page 155of209 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 be- cause 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 notifica- tion 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 cut- tings shall be 150 mm (6”) or more in length and shall not be rooted. Cuttings shall be tip cuttings from healthy, vigorous and strong-growing plants and shall be insect and disease free. Mature or brown- colored stem growths or cuttings, which have been trimmed, will not be accepted. Cuttings shall be planted not more than 2 days after cutting and shall not be allowed to dry or wither. .. Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice plant scale (Puivinaria species). 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 .foliowing section: 2124.8 Root Barriers. Root barriers shall be no less than lm (39”) in width. Root barriers shall be “Biobarrief, as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 615-847-7000, no substitutes will be accepted. 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, Add the following: Except as provided in this section, all buried piping in the irrigation system shall be installed with underground utility marking tape conforming to the requirements of section 207-21 and identifying it as reclaimed water. Intermittent pressure lines (lines on the downstream side of a wntroller 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 wlored 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 requirements of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 percent red brass fittings and connections. 212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked ‘RCV”, ‘Bv” or “QC”, ‘PB respectively. Remote control valves shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be marked with appropriate identification. Add the following section: a 9/l 1 /oo Contract No. 3551 Page 157 of 209 212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass-reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (X) 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 Fed eral 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: 212-2.2.10 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~urn mesh or perforated sheet with 1.14 mm (0.045”) diameter holes. All other wye strainers shall be equipped with 425pm strainer screens. 2123.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be one of the approved reduced pressure principle devices listed by the California Department of Health Services, Di- vision of Drinking Water and Environmental Management, 601 North 7th Street, Mailing Station (MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320. 2129.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. . Check valves shall be of heavy-duty virgin PVC con- struction 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 ex- cess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be Hunter HCV, Rainbird, or approved equal. Backflow preventers shall be factory assembled and shall include 2 check valves, one pressure differen- tial relief valve, 2 shut-off valves and 4 test cocks. Backflow preventer and valves shall be the same size as the pipeline in which they are installed, unless otherwise shown on the plans. Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated butterfly valves. Threaded type shut-off valves shall be provided with a union on one side of each valve. Unions shall be brass or malle- able 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 enctosure. 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 accor- 9/l 1 /oo Contract No. 3551 Pa9f3 168of209 dance with ASTM Designation: D 2122. TABLE 212-2.5(A) \ FLEXIBLE HO&- Hose Size-Nominal Minimum Wall Thickness* Range (Millimeters) (Inches) (Millimeters) (Inches) (Percent) 15 va 3.73 0.147 12 20 “I, 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 conform to the requirements of the 1996 National Electrical Code. 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automatic control valves shall be no smaller than No. 14 solid single conductor. copper wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial), or equal, color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid single conductor wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil)‘neoprene jacket, style UF (Direct Burial). 212-3.3 Controller Unit. Add the following: All controllers shall be 12 station with internal phone modem, ET Series, manufactured by Calsense. Controllers shall be grounded by one %” diameter by 54 long grounding rod and a 50 ohm resistance lighting arrestor. 212-3.4 Irrigation Electrical Service Equipment and Enclosures. Electrical service equipment shall incorporate the following elements: 1. One 1 00-amp, 120/240 volt, single-phase load center, as approved by the Engineer; 2. One loo-amp rated commercial meter socket suitable for the San Diego Gas and Electric Company meter, with provision for test block bypass having a UL listing and EUSERC approval; 3. One 15-amp circuit breaker for each irrigation controller energized by the service; 4. One 20-amp circuit breaker for the duplex receptacle. 5. The design, assembly, grounding, wiring, and components of the irrigation electrical service equip ment and enclosure shall meat the req’uirements of the 1996 edition of the National Electrical Code. 6. Electrical service equipment shall be enclosed in a cabinet constructed entirely of W-gage, or heav- ier, 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 364 stainless steel interior bulkhead separating the 120/240-vott electrical service section from the irrigation controller section. 9. No wood components shall be used in the enclosure. 10. Each section of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlock. 11. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet. 9/l 1 /oo Contract No. 3551 Page 159 of 209 12. The.wntroller side door shall have provision for mounting control schematics without the use of ad- hesives 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 protectior, 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 (318”) diameter by 150 mm (6”) long hot dip galvanized or stainless steel headed bolts with washers, wlthout sleeves, conforming to section 304-1.7. Anchor bolts to secure the service equipment to the concrete pas shall be embedded in the concrete slab between 65 mm and 100 mm (2 l/2” and 4”). SECTION 213 - ENGINEERING FABRICS Add the following section: 2133 EROSION CONTROL SPECIALTIES Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (‘Iqy) 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 Pa.vement 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) .Type TEMPORARY REFLECTIVE PA\iEklENT MARKERS Manufacturer of Distributor Stimsonite Chip John C. Henberger Co., Traffic Safety and Control, Seal/Temporary Overlay San Diego, California, Marker (Models 300 and 301) Telephone (619) 292-5772 TFPM DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telephone (206) 251-8140. Add the following section: 2145.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and main- tained at the locations shown on the plans. Reflective channelizer posts shall be orange in wlor. Reflec- tive 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 306 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. # 9/l l/O0 Contract No. 3551 a. Pa9e 160 of 209 T..,- TABLE 2148.2(A) REFLECTIVE CHANNELIZER 1 h15nlrFs~,~r~rfif ni&6hlltnr I ype ,",Q, ,",cI~L"l~l "I "I".~."".". Safe-Hit SH236MA Safe-Hit Corporation 1930 West Winton Avenue, Building #l 1 Hayward, CA 94545 Telephone (415) 783-6550 Carsonite “Super Duck” SDF-436 Carsonite International Corporation 2900 Lockheed Way Carson City, NV 89701 Telephone (702) 883-5104 Repo “The Replaceable Post’ Western Highway Products P.O. Box 7 Stanton, CA 90680 Telephone (800) 4224420 The Contractor shall provide.the Engineer with a Certificate of Compliance in accordance with the provi- sions of Section 2-5.3.3 ‘Submittals”. Said certificate shall certify that the permanent reflective channel- izers comply with the plans and specifications and conform to the prequalified design and material re- quirements approved by the engineer and were manufactured in accordance with the approved quality control program. Add the following section: SECTION 215 - APPURTENANCES FOR PRESSURE PIPE 2161 .I General. This section pertains to all appurtenances required for the installation, op- eration and maintenance of buried pressure pipe systems. 215-l .2 Valves for Potable Water Mains. All valves for potable water mains shall conform in all respects to Part II, Materials, Section C, Valving of the Carlsbad Municipal Water District Rules and Regulations for Construction of Public Potable Water Mains, latest edition and the District Standard Drawings. All valves for Carlsbad Municipal Water District recycted water mains shall conform in all respects to Part II, Public Water System Supplemental Standard Specifications, Materials, Section C of the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, latest edition and the District Standard Drawings. 2151.3 hlr Release Valves. The air release unit shall serve the function of allowing air to exit the pipe. The tap for the valve shall be made in a level section of pipe no doser than l&inches to a ball, coupling, joint, or fitting. The Buna-N seat must be fastened to the valve cover, without distortion, for drip-tight shutoff. The floats shall be heavy stainless steel, hermetically sealed; designed to withstand 1,000 psi. The top plug or float shall be center guided through hex bushings for positive shutoff. All ma- terials of construction shall be in writing to conform to-ASTM Specifications as follows: Body & Cover Cast iron Float Stainless Steel Needle & Seat Buna-N Plug Bronze Leverage Frame Delrin/Cast Iron ASTM Al26 GR.B ASTM A240 ASTM B124 ASTM D2133/ABTM Al26 GR.B 9/l l/00 Contract No. 3551 Page 161 of209 Approved Manufacturer and Model: Air release valves shall be APCO Model #50 or approved equal. At points where air valves protrude through 14-inch casing, a seat composed of flexible material, such ac sheet polyethylene or hypalon, shall be fastened by stainless steal bands or similar fastener must bt used to keep water from leaking through the casing in the event of a water main leak. Seal material and configuration must be approved by the owner prior to construction. 215-l .4 Double Ball Flexible Expansion Joints. Flexible expansion joints shall be installed in the locations shown on the Plans and shall be manufactured of ductile iron conforming to the material properties of ANSIIAWWA Cl 53/A21.53. Each flexible expansion joint shall be pressure tested against its own restraint to a minimum of 250 psi. The Contractor shall restrain Double Ball Flexible Expansion Joint during testing by installing a minimum of four tie rods between the expansion join flanges or as otherwise recommended by the manufacturer. The Contractor shall employ the services of the Double Ball Flexible Expansion Joint manufacturer’s rep resentative to observe installation of restraint prior to testing, the actual test, and removal of restraint af- . ter completion of testing. Each flexible expansion joint shall consist of an expansion joint designed and cast as an integral part of a ball and socket type flexible joint, having a minimum of 15 degrees deflection per ball and 4-inches minimum expansion. All internal surfaces and seal wntact surface parts shall be lined with a minimum of 15 mils of fusion- bonded epoxy conforming to the applicable requirements of ANSIIAWWA C213 and shall be holiday tested with a 1,500 volt spark test conforming to said specification. All flexible expansion joints shall be FLEX-TEND as manufactured by EBAA Iron, Inc., Eastland, Texas, or approved equal. 215-I .5 Gaskets, Nuts, and Bolts. Gaskets for flanged joints shall be fullface, cut from l/l&inch-thick rubber with cloth insert, boltholes prepunched, wnfoning to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co. or approved equal. Bolts and studs for aboveground installations shall be cadmium plated and shall conform to ASTM A307, Grade B, “Steel Machine Bolts and Nuts and Tap Holes,” when a ring gasket is used and shall conform to either ASTM A261, “Heat-Treated Carbon Steel Bolting Material” or ASTM A193, “Alloy-Steel Bolting Material for High Temperature Service,” when a full-face gasket is used. Bolts and nuts shall be heavy hexagon series. Nuts shall conform to ASTM A194, “Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service” either in Grade 1,2 or 2H. The fit shall be ANSI Bl .l, “Unified Screw Threads,” Class 2, except that Class 3 fit shall be used in holes tapped for studs. Threads may be made by either cutting or cold forming. Between l/4-inch and 3/8-inch shall project through the nut when drawn tight. Washers shall be provided for each nut and shall be the same material as each nut. Bolts, nuts and washers for underground installations shall be Type 316 stainless steel. All buried bolts shall be completely coated with KOP-COAT Bitumastic No. 50, or appropriate equal, which must be ap- plied in two coats to a minimum thickness of 15mils per coat. All bott threads shall be lubricated with graphite and oil. Flanged faces shall be wire brushed and cleaned prior to joining each flange. 9/l 1 /oo Contract No. 3551 Pa9e162of209 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-l 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 therefor 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, gates, headwalls, drainage inlets, 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 grub- bing. Existing underground pipes and conduits that are shown on the plans and designated to be re- moved 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 wn- tract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless othewtfise 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 wurse of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be induded in the.lump-sum bid for Clearing and Grubbing, and no additional payment will be made. Payment for the removal and disposal of AC Pavement, AC Dikes, Concrete Pavement, Concrete Curb, Walk, and Gut- ters will be paid under Unclassified Excavation, 300-2.9. 3009 UNCLASSIFIED EXCAVATION 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, rewmpaction, mixing, grading for mitigation work, trenching and backftlling of storm drains, sewers, water, recycled water, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and rewmpaction of unsuitabte soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassi- fied excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and wmpaction of the top 300 mm (I’) of the sub- grade in the roadway prism in cut areas to 95 percent relative compaction. 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. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and wlluvium 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 9/l l/O0 Contract No. 3551 Page 163 of 269 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 ma- terial shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered oth- erwise 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 de- fined asany area steeper than three horizontal to one vertical. 3003.6 Surplus Material. Add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from .the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement. Delete the second paragraph relating to materials removed from stockpiles and Add the following: Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites after excavation. No excavated material, which is re-excavated, will be measured for payment. Materials excavated or otherwise removed as all or part of any other bid item shall not be measured as Unclassified Excavation. The measurement of work per- formed under sections 300-2.2.1 and 300-2.2.2, 306-2.2.3 and 300-2.2.4 when the Engineer determines that the soils are unsuitable shall be the actual labor, materials and equipment used to accomplish the work as per section 3-3 Extra Work of the specifications. Payment. Replace the first paragraph with: Payment for all unclassified excavation will be made at the Contract Unit Price per cubic yard. Payment for.unclassified excavation shall include compensation for excavating, sloping, rounding tops and ends of excavations, excavating, loading, and removing AC Pavement, AC Dikes, Concrete Curb, Concrete Walk and Concrete Gutter, disposal of surplus material, stockpiling, and hauling it to its final location. Payment for work required by section 300-l .3.2 will be in- cluded in the contract unit price for unclassified excavation and no additional compensation will be al- lowed. 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 specifiw- tions. Add the following section: 3009.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and sub- grade 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-l .4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 3003.1 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, rail- ing, and planking required. The Contractor shall submit an excavation plan to the Engineer. At the 9/l 1 /oo Contract No. 3551 Page 164 of209 minimum the plan shall address the “Requirements for Temporary Sheeting and Shoring to Support Rail- road Tracks” as presented in Appendix “A” of these Special PrOViSiOnS. 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 Engi- neer . 300-3.6.1. Requirements. Replace the third and fourth paragraph with the following: Compaction equipment or methods, which may cause displacement or damage to structures, as deter- mined by the Engineer, shall not be used. Backfill at the inside of bridge wingwalls and abutments shall be placed before curbs or sidewalks are constructed over the backfill and before railings on the wingwalls are constructed. Unless othenvise shown on the Plans or specified in the standard specifications or these special provi- sions, structure backfill shall be placed in accordance with Section 3004.5 ‘Placing Materials for Fills” of SSPWC, and shall be compacted to a relative compaction of not less than ninety-five percent (95%). 300-3.6 Payment. Replace with the following: Payments for complying with the requirements of the Railroad relating to structure excavation and back- fill, dewatering, if required, and removal and disposal of excess material will be included in the contract price paid for Structure Excavation, Bridge and no additional compensation will be allowed. The contract price bid for Structure Excavation, Bridge and Structure Backfill, Bridge shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavating for and backfilling structures completely, including pervious backfill, as shown on the Plans, and as specified in the standard specifications and these special provisions. 3004 UNCLASSIFIED FILL 3004.2 Preparation of Fill Areas. Add the following: Except as provided in section 3004.7, ‘Corn- paction”, areas proposed for improvements all fill (including back611 and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure 01557-91. 3004.5 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 property compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and property compacted or exported from the site. Low expansive soils are defined as those soils that have an Ex- pansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building Officials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper 900 mm (3’) of fill placed in the roadway. The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3”). Particles with dimensions greater than 75 mm (3”) shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders. and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater than 460mm (18”) shall not be incorporated into the fill. Rock exceeding- 150 mm (6”) in diameter shall not be placed in the upper 900 mm (3’) of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material, which cannot be utilized for erosion mitigation or landscaping onsite, shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. 9/l 1 /oo Contract No. 3551 Page 165of269 30014.6 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. 3009.7 Compaction. Add the following: Fill soils placed within the top one-foot of the full width of road- way embankment subgrade shall be compacted to ‘a minimum of ninety-five’ percent (95%) relative compaction, except as follows: on all slope areas to receive planting, the top six inches shall be wm- pacted to eight-five percent (85%) to allow for plant growth; and, the outer five feet measured horizon- tally from the embankment side slopes, the full width of embankment within 150 feet of bridge abutments shall be compacted’ to a relative wmpaction of not less than ninety-five percent (95%) within the top three feet. The 150-foot limit of ninety-five percent (95%) compaction will be measured horizontally from the bridge abutment and either parallel or concentric with the roadway centerline. Surcharge material when required shall be placed in uniform layers and shall be compacted by routing the grading equipment over the full width of the embankment. Following removal of surcharge material above the grading plane, and before placing subsequent layers of subbase or base, the embankment below the grading plane shall conform to the relative compaction requirements in Section 300-4.7, “Com- paction,” of the SSPWC. 3004.8 Slopes. Add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep’s foot roller at vertical intervals no greater than 600 mm (2’) or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 3004.9 Measurement and Payment. Delete and substitute the following: Unclassifmd fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, “Unclassified Fill” will be paid as Unclassified Excavation, and no addi- tional payment will be made therefor. 3004 BORROW EXCAVATION Add the following section: 3006.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300-5.2.1(A) and the following requirements. Rock included in the top 1 m (3’) of imported borrow shall be particles of less than 75 mm (3”). Rock included below the top 1 m (3’) of imported borrow shall be particles of less than 150 mm (6”). TABLE 300-5.2.1 (A) IMPORTED BORROW PRoPERTIES 1 Test Method No. 1 Reauirements 1 Tests 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 75~ (No. 200) 15 Max. 3004.3 WATER POLLUTION CONTROL Add the following section: 300-13.1 General. The Contractor shall exercise every reasonable precaution to protect streams, lakes, reservoirs, bays, and coastal waters from pollution with fuels, oils, bitumens, calcium chloride and other harmful materials and shall conduct and schedule operations so as to avoid or minimize muddying and silting of streams, lakes, reservoirs, bays and coastal waters. Care shall be exercised to preserve roadside vegetation beyond the limits of construction. # 9/l 1 /oo Contract No. 3551 Page156of209 Water pollution control work is intended to provide prevention, control, and abatement of water pollution to streams, waterways, and other bodies of water, and shall consist of constructing those facilities which may be.shown on the plans, specified herein or in the special provisions, or directed by the Engineer. In order to provide effective and continuous control of water pollution it may be necessary for the Con- tractor to perform the contract work in small or multiple units, on an out of phase schedule, and with modified construction procedures. The Contractor shall provide temporary water pollution control meas- ures, including but not limited to, dikes, basins, ditches, and applying straw and seed, which become necessary as a result of the Contractor’s operations. The Contractor shall coordinate water pollution control work with all other work done on the contract. Where erosion, which will cause water pollution, is probable due to the nature of the material or the sea- son of the year, the Contractor’s operations shall be so scheduled that permanent erosion control fea- tures will be installed concurrently with or immediately following grading operations. Nothing in the terms of the contract nor in the provisions shall relieve the Contractor of the responsibility ’ ’ for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable statutes relating to prevention or abatement of water pollution. Compliance with the requirements of this section shall in no way relieve the Contractor from the respon- sibility to comply with the other provisions of the contract, in particular the responsibility for damage and for preservation of property. The requirements of this section shall apply to all work performed under the contract and to all non- commercially operated borrow or disposal sites used for the project. The Contractor shall also conform to the following provisions: 1. Where working areas encroach on live streams, barriers adequate to prevent the flow of muddy water into streams shall be constructed and maintained between working areas and streams, and during construction of the barriers, muddying of streams shall be held to a minimum. 2. Removal of material from beneath a flowing stream shall not be wmmenced until adequate means, such as a bypass channel, are provided to carry the stream free from mud or silt around the re- moval operations. 3. Should the Contractor’s operations require transportation of materials across live streams, the operations shall be conducted without muddying the stream. Mechanized equipment shall not be oper- ated in the stream channels of the live streams except as may be necessary to construct crossings or barriers and fills at channel changes. 4. Water containing mud or silt from aggregate washing or other operations shall be treated by fil- tration, or retention in a settling pond, or ponds, adequate to prevent muddy water from entering live streams. 5. Oily or greasy substances originating from the Contractor’s operations shall not be allowed to enter or be placed where they will later enter a live stream. 6. Portland cement or fresh Portland cement concrete shall not be allowed to enter flowing water of streams. 7. When operations are completed, the flow of streams shall be returned as nearly as possible to a meandering thread without creating possible future bank erosion, and settling pond sites shall be graded so they will drain and will blend in with the surrounding terrain. 9/l 1 /oo Contract No. 3551 Page 167 of 209 8. Material derived from roadway work shall not be deposited in a live stream channel where it could be washed away by high stream flows 9. Where there is possible migration of anadromous fish in streams ,affected by construction on the project, the Contractor shall conduct work operations so as to allow free passage of the migratory fish. Add the following section: 300-13.3 Liability. The Contractor shall be responsible for the costs and for any liability imposed by law as a result of the Contractor’s failure to comply with the requirements set forth in this section “Water Pollution Control”, including but not limited to, compliance with the applicable provisions of the Hand- book, Permit and Federal, State and local regulations. For the purposes of this paragraph, costs and liabilities include, but are not limited to, fines, penalties and damages whether assessed against the State or the Contractor, including, those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. Unless arrangements for disturbance of areas outside the project limits are made by the City and made part of the contract, it is expressly agreed that the City assumes no responsibility to the Contractor or property. owner whatsoever with respect to any arrangements made between the Contractor and prop- erty owner to allow disturbance of areas outside the project limits. Add the following section: 300-l 3.4 Retention of Money. In addition to any remedy authorized by law, so much of the money due the Contractor under the contract that shall be considered necessary by the City may be re- tained by the City until disposition has been made of the costs and liabilities. The retention of money due the Contractor shall be subject to the following: 1. The City will give the Contractor 30 dajrs notice of its intention to retain funds from any partial payment which may become due to the Contractor prior to acceptance of the contract. Retention 01 funds from any payment made after acceptance of the contract may be made without prior notice to the Contractor. 2. No retention of additional amounts out of partial payments will be made if the amount to be re- tained does not exceed the amount being withheld from partial payments pursuant to Section 9-3.2, “Partial and Final Payments,” of the Standard Specifications. Add the following section: SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-l SUBGRADE PREPARATION 3014.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading ‘150mm (6 inches)” to ‘300 mm (12”)“. 3014.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contrac- tor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or sub- base material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D- 1557-91. 301-l .I Payment. Modify the first paragraph as follows: Payment for subgrade preparation shalt be included in the contract bid price for which the subgrade is prepared and shall include all labor, materi- 9/l 1 /oo Contract No. 3551 Page 168 of 209 als; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. Add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-l. 302-5.2.4 Traffic Signal Loop Detectors. Replace the entire section with the following: before cold milling the contractor shall locate all existing loop detectors in the cold milling limits for replacement. Fol- lowing cold milling and prior to final layer of paving the contractor shall replace the loops in thetr previous location in accordance with 209-5. 302,i.2.5 Pavement Transitions. Add the following: The Contractor shall ramp the approaches and tennini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specifed in section 306-1.5.1. Ramps shall be wn- strutted the same day as cold milling and removed the same day as permanent paving. Ramp dimen- sions and compaction shall be as approved by the Engineer. 302-5.2.6 Measurement and Payment. Replace the second paragraph with the following: payment for construction; removal, and disposal of temporary asphalt wncrete ramps, and payment for all labor, materials, and incidentals required for the location and replacement traffic signal loop detectors shall be included in the item unit price bid for cold milling and no additional payment shall be made therefor. 302-5.4 Tack Coat. Add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement when, in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid wurse of asphalt receiving the subse- quent wurse of asphalt in a sufficiently clean state and the asphalt receiving the new pavement wurse is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading. Modify as follows After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt wncrete surface wurse with an automatic screed control for surface wurse paving. The automatic screed control shall be 9 m (30’) minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations., A backup asphalt windrow pickup machine (ASWP) will be required at all times when an ASPWP is used. Additionally, a front end loader will be required during all ASPWP paving. The surface wurse shall be 50 mm (2”) thick. Leveling wurses will be required in a variable thickness pavement section. 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 otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed othewise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete shall be at the unit price bid per ton for Asphalt Concrete Pavement. No additional payment shall be made for any tack # 9/l 1 /oo Contract No. 3551 Page 169 of 209 coat. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-l .7 Placing Reinforcement. 303-1.7.2 Splicing. Add the following: Unless otherwise shown on the plans or approved by the Engi- neer, splices in adjacent reinforcing bars at any particular section shall be staggered. The minimum dis- tance between staggered lap splices or mechanical lap splices shall be the length required for a lapped splice in the bar. The minimum distance between staggered butt splices shall be two feet. Completed butt splices shall develop a minimum tensile strength, based on the nominal bar area, of 63,000 psi for A 615 Grade 40 bars, and 80,000 psi for A 615 Grade 60 and A 706 bars. Mechanical butt splices shall be one of the following: the sleeve-filler grout type, the sleeve-extruded type, or sleeve-lockshear bolt type, at the option of the Contractor. Sleeve-Filler Grout Mechanical Butt Splices - The sleeve-filler grout type of mechanical butt splices shall consist of a steel-splice sleeve that fits closely over the reinforcing bars with a non-shrink grout filler in the annular space between the reinforcing bars and the sleeve and between the ends of the reinforc- ing bars. No vibration or movement of the reinforcing steel or sleeve at the splice shall be allowed while the splice is developing sufficient strength to support the reinforcing bars. The Contractor shall submit complete details of the bracing and clamping system to eliminate all vibration or movement at the splice during setup of the filler in accordance with the provisions in Section 2-5.3 of the SSPWC ‘Shop. Drawings And Submittals.” Sleeve-Extruded Mechanical Butt Splices - The sleeve-extruded type of mechanical butt splices shall consist of a seamless steel sleeve applied over the ends of the reinforcing bars and extruded to the bars by means of a hydraulic tool. Sleeve-Lockshear Bait Mechanical Butt Splices - The sleeve-lockshear bolt type of mechanical butt splices shall consist of a seamless steel sleeve, two (2) serrated steel strips welded to the inside of the sleeve, wnter hole with centering pin, and bolts that are tightened until the bolt heads shear off and the bolt ends are embedded in the reinforcing bars. Procedures to be used in making splices in reinforcing bars and operators employed to make splices in reinforcing bars shall be qualified by tests performed by the Contractor on sample splices of each size and type to be used, before making splices to be used in the work. Each operator qualification test for mechanical splices shall consist of two (2) sample splices. Each me- chanical butt splice procedure test shall consist of two (2) sample splices. For sleeve-filler, sleeve- threaded and sleeve-lock&ear bolt mechanical splices, all sample splices shall be made on the largest reinforcing bar size to be spliced by the procedure or operator being tested except that No. 14 bars may be substituted for No. 18 bars. For sleeve-swaged and sleeve-extruded mechanical splices, all sample splices shall be made on the largest reinforcing bar size of each deformation pattern to be spliced by the procedure or operator being tested. When joining new reinforcing bars to existing reinforcement, the- 9/l l/00 Contract No. 3551 Page 17oofzo9 qualification t,est sample bars shall be made with the deformation pattern of the new reinforcement to be joined. Add the following: 303-1.7.5 Drill and Bond Dowel (Epoxy Cartridge). 303-1.7.5.1 General. Drilling and bonding dowels with epoxy cartridges shall conform to the details shown on the plans and the requirements in these special provisions. Reinforcing steel dowels shall conform to the provisions in “Reinforcement” of these special provisions. The Contractor shall select an epoxy cartridge system, which has passed, the testing requirements of the International Conference of Building Officials (ICBO) document - AC58 and additional test require- ments as specified in the Caltrans Augmentation/Revisions to ICBO AC58. Testing shall be performed by an independent testing facility and the results will be reviewed and approved by the Engineer. The epoxy cartridge system used shall be appropriate for the ambient concrete temperature and installa- tion conditions at the time of installation in accordance with the manufacturer’s specifications. Epoxy cartridges shall be accompanied by a Certificate of Compliance. The certificate shall state that the material complies in all respects to the specifications and data submitted in obtaining approval. Each epoxy cartridge shall be clearly and permanently marked with the manufacturer’s name, model number of the epoxy cartridge system, manufacturing date, and lot number. Each carton of epoxy wr- tridges shall contain the manufacturer’s recommended installation procedures, minimum cure time, and such warning or precautions concerning the contents as may be required by State or Federal Laws and Regulations. The holes shall be drilled by methods that will not shatter or damage the concrete adjacent to the holes. If reinforcement is encountered during drilling, before specified depth is attained, the Engineer shall be notified; Unless the Engineer approves, in writing, wring through the reinforcement, the hole will be re- jected and a new hole, in which reinforcement is not encountered, shall be drilled adjacent to the re- jected hole to the depth recommended by the manufacturer. The drilled holes shall be cleaned in accordance with the manufacturer’s instructions and shall be dry at the ti,me of placing the epoxy cartridge bonding material and the steel dowels. The bonding material shall be a two-component epoxy system contained in a cartridge having two separate chambers and shall be inserted into the hole using a dispensing gun and replaceable mixing nozzle approved by the manufac- turer. Unless otherwise specified, the depth of hole and the installation procedure shall be as rewm- mended by the manufacturer. A copy of the manufacturer’s recommended installation procedure shall be provided to the Engineer 2 days prior to the start of work. Immediately after inserting the dowels into the epoxy, the dowels shall be supported as necessary to prevent movement during curing and shall remain undisturbed until the epoxy has cured a minimum time as specified by the manufacturer. Dowels that are improperly bonded, as determined by the Engineer, will be rejected. Adjacent new holes shall be drilled, and new dowels shall be placed and securely bonded to the concrete. All work necessary to correct improperly bonded dowels shall be performed at the Contractor’s expense. Add the following: 303-1.7.6 Drill and Bond Dowel. 3041.7.6.1 General. Drilling and bonding dowels shall conform to the details shown on the plans and to the following: 9/l 1 /oo Contract No. 3551 Page 171of209 The bonding materials shall be magnesium phosphate concrete, either single component (water acti- vated) or dual component (with a prepackaged liquid activator), as approved by the Engineer. Magne- sium phosphate concrete shall conform to the following requirements: Propefty Test Method Requrrement Compressive Strength: at 3 hours, psi at 24 hours, psi California Test 551 3,000 min. California Test 551 5,000 min. Flexure Strength: at 24 hours, psi California Test 551 500 min. Bond Strength at 24 hours: SSD Concrete, psi California Test 551 300 min. Dry Concrete, psi California Test 551 400 min. Water Absorption, % California Test 551 10 max. Abrasion Resistance at 24 hours, grams California Test 550 25 max. Drying Shrinkage at 4 days, %ASTM Designation: C 596 0.13 max. Soluble Chlorides by weight, %Califomia Test 422 0.05 max. Water Soluble Sulfates by weight, % California Test 417 0.25 max. Magnesium phosphate concrete shall be formulated for minimum initial set time of 15 minutes and mini- mum final set time of 25 minutes at 70” F. The materials, prior to use, shall be stored in a cool, dry envi- ronment. The quantity of water for single component type or liquid activator (for dual component type) to be blended with the dry component, shall be within the limits recommended by the manufacturer and shall be the least amount required to produce a pourable batter. Addition of retarders, when required and approved by the Engineer, shall be in accordance with the manufacturer’s recommendations. Before using concrete material that has not been previously approved, a minimum of 45 pounds shall be submitted to the Engineer for testing. The Contractor shall allow 45 days for the testing. Each shipment of concrete material that has been previously approved shall be accompanied by a Certificate of Com- pliance. Magnesium phosphate wncrete shall not be mixed in containers or worked with tools wntaining zinc, cadmium, aluminum, or copper metals. The surface of any dowel coated with zinc or cadmium shall be coated with a wlored lacquer before in- stallation of the dowel. The lacquer shall be allowed to dry thoroughly before embedment of said dow- els. The holes shall be drilled by methods that will not shatter or damage the wncrete adjacent to the hole. The diameter of the drilled hole shall be l/2 inch larger than the nominal diameter of the dowels. The drilled holes shall be clean and dry at the time of placing the bonding material and the steel dowels. Bonding material and dowel shall completely fill the drilled hole. The surface temperature shall be 40’ F. or above. when the magnesium phosphate concrete is placed. 9/l 1 /oo Contract No. 3551 Page 172 of 209 After bonding, dowels shall remain undisturbed for a minimum of 3 hours or until the magnesium phos- phate concrete has reached a strength sufficient to support the dowels. Dowels that are improperly bonded, as determined by the Engineer, shall be removed. The holes shall be cleaned or new holes shall be drilled and the dowels replaced and securely bonded to the concrete. Removing, redrilling, and replacing improperly bonded dowels shall be performed at the Contractor’s expense. Dowels shall conform to the provisions for bar reinforcement in “Reinforcement” elsewhere in these spe- cial provisions. If reinforcement is encountered during drilling, before specified depth is attained, the Engineer shall be notified. Unless the Engineer approves coring through the reinforcement, the hole will be rejected and a new hole, in which reinforcement is not encountered, shall be drilled adjacent to the rejected hole to the depth shown on the plans. Add the following: 303-1.8.10 Slope Paving - Portions of existing slope paving under the bridge ends where shown on the plans shall be removed and replaced in accordance with the provisions in Section 303-l .8, “Placing Concrete,” of the SSPWC and these special provisions. At the option of the Contractor, slope paving shall be constructed of either Shotcrete or Cast-in-Place concrete. All surfaces, upon which slope paving is to be constructed, shall be evenly graded such that no point on the graded surface shall be above the designated slope plane. The slope areas shall be thoroughly com- pacted, with moisture sufficient too allow a firm foundation and to prevent absorption of water from the concrete or mortar, but shall not contain free surface water. Portland Cement shall conform to the provisions in Section 201-1, ‘Portland Cement Concrete,” of the SSPWC, and Shotcrete shall conform to the provisions in Section 303-2.1.3, ‘Shotcrete” of the SSPWC. Shotcrete slope paving shall be constructed and finished in conformance with the provisions in Section 303-2.1.3, ‘Shotcrete” and Section 303-2.9 ‘Finish” of the SSPWC. Reinforcement shall conform to the provisions in Section 201-2, “Steel Reinforcement for Concrete’ of the SSPWC and these special provi- sions. The location of construction joints and finished surface texture shall conform to the existing surface, sub- ject to the approval of the Engineer. Placement of slope paving shall be scheduled so that the work, in- cluding placement, finishing and application of curing, is completed in any section bounded by permissi- ble construction joints on the same day that the work is started in that section. 303-l .9.1 General. - Modify as follows: Delete ‘and bridge decks” from second sentence. 303-l .l 1 Payment. - Add the following: Full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all work involved in constructing the concrete structure identifii as Construct Bridge Widening Complete in Place, including bridge concrete barrier, joint seals, reinforce- ment, epoxy coated reinforcement, drill and bond dowel (Epoxy Cartridge), Drill and Bond Dowel, Elas- tometric Pads, Slope Paving, Concrete Barrier Rail, Chain Link Railing, Structure Approach Stab (Type N), Air Release Valve Hatch, Miscellaneous Metal, and Erection of Precast Prestressed Concrete Slab Units shall be wnsidered as included in the lump sum price bid for that item of work, unless otherwise specified, and no additional compensation shall be allowed. Removal of wncrete overpour as indicated in the Plans shall be paid for as Extra Work as described in Section 3-3. 9111 /oo Contract No. 3551 Page if3 of 209 Full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all work involved in constructing the concrete structure identified as Construct Concrete Vault for expansion fit- ting and appurtenant piping per plan details, including structure excavation, structure backfill, removal of portion existing structure, core concrete, access covers, and ladders shall be considered as included ir the lump sum price bid for that item of work, unless othenrvise specified, and no additional compensation shall be allowed. Full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all work involved in constructing curb inlet and modify existing curb inlet including excavation, backfill, demolition, drill and bond dowel, reinforcement and miscellaneous metal shall be included in the contract unit price for Curb Inlet and Modify Existing Curb Inlet and no additional compensation shall be allowed. Add the following: 303-1.12 Core Concrete. Coring concrete shall consist of wring holes through reinforced concrete bridge members as shown on the plans and in conformance with the requirements in these special pro- visions. The deviation in alignment of cored holes from that shown on the plans shall not be more than 3/8 inch per 5feet of cored hole length. Immediately after wring, the concrete cores shall be identified by the Contractor with a description of the core locations and submitted to the Engineer for inspection. The Contractor shall submit to the Engineer for approval, the procedure proposed to repair and seal the reinforcement cut during the wring opera- tion. The holes shall be cored by methods that will not shatter or damage the concrete adjacent to the holes. Water for core drilling operations shall be from ;he local domestic water supply or shall not contain more than 1,000 parts per million of chlorides as Cl, nor more than 1,300 parts per million of sutfates as S04, nor shall it contain any impurities in a sufficient amount to cause diswloration of the concrete or produce etching of the surface. Water from core drilling operations shall not be permitted to fall on public traffic, to flow across shoulders or lanes occupied by public traffic, or to flow into gutters or other drainage facilities. Add the following: 303-1.13 Concrete Barrier Rail. Concrete barriers shall conform to the provisions in Section 303-1, “Concrete Structures,” of the Standard Specifications and these special provisions. Bar reinforcing steel for use in Type 26 concrete barriers, as shown on the plans, shall be epoxy coated in conformance with the provisions in “Epoxy-Coated Reinforcement” elsewhere in these special provi- sions. Concrete for use in concrete barriers shall contain not less than 658 pounds of cement per cubic yard and shall be air-entrained concrete as provided under “Materials” elsewhere in these special provisions. Exposed surfaces of concrete barriers shall have a Class 2 Surface Finish according to 303-1.9.4 and shall be cured in accordance with 303-l .lO. Concrete barriers shall present a smooth, uniform appearance in their final position, conforming to the horizontal and vertical lines shown on the plans or ordered by the Engineer, and shall be free of lumps, sags or other irregularities. The top and exposed faces shall not vary more than 3/8” from the edge of the 12-ft straightedge. Q/l 1 /OO Contract No. 3551 Page 174of209 When concrete barriers are to be constructed on existing pavement or existing structures, the height of the barriers shall be adjusted to compensate for irregularities in the existing grade. The amount of the adjustment will be determined by the Engineer and will be ordered before the concrete is placed. When concrete barriers are to be constructed on existing structures, the dowels shall be bonded in holes drilled in the existing concrete. Drilling of holes and bonding of dowels shall conform to the Specifica- tions and these Special Provisions. Add the following: t Full compensation for Concrete Barrier Rail on the bridge shall be considered as included in the contract Lump Sum Price bid for Construct Bridge Widening and no separate payment will be made therefor. Add the following: Payment for Concrete Barrier (Case 1) and Concrete Barrier (Case 2) shall include all labor, materials, excavation, backfill, CIDH piling (Case 2) and minor grading incidental to the construction of the Con- crete Barrier. Payment will be made at the contract unit price and no further compensation will be made. 303-1.14 Bridge Removal Portion Complete This work shall consist of removing existing portions of the existing bridge and slope paving to the limits shown on the plans. The removal operation shall be conducted so that there will be the least interference to public traffic using the structure. Add the following: 303-1.14.1 Removal Methods At least 15 days prior to beginning the bridge removal, in accordance with 2-5.3.3, the Contractor shall submit to the Engineer, for his approval, a Bridge Removal Plan, detail- ing the removal operation. Details of the methods, sequence, and equipment to be used for the bridge removalshall be shown. The Plan shall also address the requirements of Appendix “A”, Temporary Pro- tection Shields for Demolition and Constnrctior, Above or Adjacent to SDNR Tracks”. Transverse tie rods shall be in place and tightened whenever traffic is allowed on the deck slabs. Saw cutting may be used for removing bridge portions, provided the Contractor complies with all protec- tion, safety, and damage requirements. Explosives shall not be used for bridge removal. The removal operations shall be performed without damage to any portion of the existing structure that is to remain in place. Tools with a manufacturers rated striking energy in excess of 1,200 foot-pounds per blow, a free falling mass, or a falling mass attached to a cable, rope or chain shall not be used for breaking or removing concrete which is attached to or supported by the bridge. Existing concrete that is to be incorporated into new work shall be protected from damage and shall be thoroughly cleaned of all adhering material before being embedded in new concrete. Before beginning concrete removal of a portion of a monolithic element, a saw cut approximately 1” deep shall be made to a true line along the limits of removal on all faces of the element which will be visible in the completed work. Refer to 303-3.9.1 and 303-3.9.2 for additional requirements for removal of pre-cast deck slabs. All material resulting from the bridge removal shall become the property of the Contractor and shall be disposed of away from the site. Add the following: 303-1.14.2 Payment The work to be performed in section 303-l .14, Bridge Removal Portion Complete, shall be made on the basis of the contract Lump Sum Price for Bridge Removal Portion Complete, and shall include full compensation for furnishing all labor, materials, equipment, and incidentals required to perform the work, and no further compensation will be allowed. Q/l 1 /OO Contract No. 3551 Page 175 of 209 Add the following: 3034.15 Structure Approach Slabs (Type N). This work shall consist of constructing reinforced con- * Crete approach slabs, structure approach drainage system and treated permeable base at structure ap proaches in accordance with the details shown on the plans, the provisions in 303-1, “Concrete Struc- tures,” of the Standard Specifications and these special provisions. Structure Approach Drainage System. The structure approach drainage system shall consist of the following: Geocomposite Drain. Geowmposite drain shall consist of a manufactured core not less than 0.25inch thick nor more than 2 inches thick with one or both sides covered with a layer of filter fabric that will pro- vide a drainage void. The drain shall produce a flow rate, through the drainage void, of at least 2.0 gal- lons per minute per foot width at a hydraulic gradient of 1 .O and a minimum externally applied pressure of 3,500 pounds per square foot. A Certificate of Compliance shall be furnished for the geowmposite drain certifying that the drain pro- duces the required flow rate and complies with these special provisions. The Certificate of Compliance shall be accompanied by a flow capability graph for the geowmposite drain showing flow rates and the externally applied pressures and hydraulic gradients. The flow capability graph shall be stamped with the veriftcation of an independent testing laboratory. Filter fabric for the geowmposite drain shall conform to the provisions for fabric for underdrains in 213-2, “Engineering Fabrics,” of the Standard Specifications. The manufactured core shall be either a preformed grid of embossed plastic, a mat of random shapes of plastic fibers, a drainage net consisting of a uniform pattern of polymeric strands forming 2 sets of wn- tinuous flow channels, or a system of plastic pillars and interconnections forming a semirigid mat. The core material and filter fabric shall be capable of maintaining the drainage void for the entire height of geowmposite drain. Filter fabric shall be integrally bonded to the side of the core material with the drainage void. Core material manufactured from impermeable plastic sheeting having nonwnnecting corrugations shall be placed with the corrugations approximately perpendicular to the drainage collection system. The geocomposite drain shall be installed with the drainage void and the fitter fabric facing the embank- ment. The fabric facing the embankment side shall overlap a minimum of 3 inches at all joints and wrap around the exterior edges a minimum of 3 inches beyond the exterior edge. If additional fabric is needed to provide overlap at joints and wrap-around at edges, the added fabric shall overlap the fabric on the geowmposite drain at least 6 inches and be attached thereto. Should the fabric on the geowmposite drain be tom or punctured, the damaged section shall be re- placed completely or repaired by placing a piece of fabric that is large enough to cover the damaged area and provide a 6-inch overlap. Treated Permeable Base Under Approach Slabs. Treated permeable base under structure approach slabs shall consist of constructing either an asphalt treated permeable base or a cement treated perme- able base in accordance the following provisions: The type of treatment, asphalt or cement, to be used shall be at the option of the Contractor. Not less than 30 days prior to the start of placing treated permeable base the Contractor shall notify the Engineer, in writing, which type of treated permeable base will be furnished. Once the Contractor has Q/l 1 JO0 Contract No. 3551 Page 176 of 209 notified the Engineer of his selection the Contractor will not be allowed to change the type nished without a prior written request to do so and approval thereof in writing by the Engineer. to be fur- Asphalt ‘treated permeable base shall be placed at a temperature of not less than 200” F. and not more than 250” F. Material stored in excess of 2 hours shall not be used in the work. Asphalt treated permeable base material may be spread in one layer. It shall be compacted with a vi- brating shoe type compactor or rolled with a roller weighing not less than 1 l/2 tons nor more than 5 tons. Rolling shall begin as soon as the mixture has cooled sufficiently to support the weight of the rolling equipment without undue displacement. Cement treated permeable material may be spread in one layer. The material shall be compacted with either a vibrating shoe type compactor or with a steeldrum roller weighing not less than 1 l/2 tons nor more than 5-tons. Compaction shall follow within one-half hour after the spreading operation and shall consist of 2-complete wverages of the treated material. * The materials for treated permeable bases shall conform to the following: Aggregates for Asphalt Treated Permeable Base shall be clean and free from decomposed materials, organic material, and other deleterious substances. Aggregate shall conform to the following grading: Sieve Sizes Percentage Passing ” ................................................................... :14” 100 ................................................................ QO- 100 14” ................................................................ 35-65 318” ................................................................ 20-45 No. 4 .............................................................. -0-10 No. 8 .............................................................. o-5 No. 200 ......................................................... o-2 Aggregate shall conform to the following quality requirements prior to the addition of the asphalt: California Tests Test Requirements Percentage of Crushed Particles (Min.) . . . . 205 90% Los Angeles Raffler Loss at 500 Rev. (Max.) 211 45% Cleanness Value (Min.) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 227 57 Film Stripping (Max.) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 302 25% Asphalt binder to be mixed with the aggregate shall be steam-refined paving asphalt conforming to the provisions in 203, ‘Bituminous Materials,” and shall be Grade AR-8000 unless another grade is ordered by the Engineer. Aggregate for Cement Treated Permeable Base shall conform to the provisions in Section 200, “Rock Materials.” The grading of the aggregate shall conform to the 1” x No. 4 primary aggregate nominal size warse aggregate grading. Portland cement shall be Type II Modified conforming to the provisions in 201, “Concrete, Mortar, and Related Materials.” Ponolan shall not be substituted for portland cement. Q/l 1 itI0 Contract No. 3551 Page 177 of 209 The subgrade to receive treated permeable base, immediately prior to placing the base thereon, shall conform to the compaction and elevation tolerances specified for the material involved and shall be free of loose or extraneous material. Subgrade to receive cement treated permeable base shall be uniformly moist at the time the base is placed. Aggregates and asphalt for asphalt treated permeable base shall be stored, proportioned, and mixed in the same manner provided for storing, proportioning, and mixing aggregates and asphalt for asphalt concrete 203-6.4, 203-6.5, 203-6.6 except as follows: The temperature of the aggregate before adding the asphalt binder shall be not less than 275” F. nor more than 325” F. Asphalt treated permeable base stored in excess of 2 hours shall not be used in the work. The aggregate shall be combined with 210 percent paving asphalt by weight of the dry aggregate. After testing samples of the Contractor% proposed aggregate supply, the Engineer may order an increase or decrease in the asphalt content. If such increase or decrease is ordered, and the increase or decrease exceeds the specified amount by more than 0.1 percent by weight of the dry aggregate, the wmpensa- tion payable to the Contractor for the asphalt treated permeable base will be increased or decreased on the basis of the total increase or decrease in asphalt in the same manner as provided for any increase or decrease in asphalt in asphalt concrete in Section 2036.5, “Proportioning.” The asphalt content of the asphalt mixture will be determined, at the option of the Engineer, by extrac- tion tests in accordance with California Test 310 or 362, or will be determined in accordance with Cali- fornia Test 379. The bitumen ratio (pounds of asphalt per 100 pounds of dry aggregate) shall not vary by more than 0.5-pound of asphalt above or 0.5pound of asphalt below the amount designated by the Engineer. Compliance with this requirement will be determined either by taking samples from trucks at the plant or from the mat behind the paver before rolling. If the sample is taken from the mat behind the paver, the bitumen ratio shall be not less than the amount designated by the Engineer, less 0.7~pound of asphalt per 100 pounds of dry aggregate. Aggregates for cement treated permeable base shall be stored and aggregates, cement and water for cement treated permeable base shall be proportioned, mixed, and transported in accordance with 201- 1.3 and 201-l .4 except as follows: The portland cement content of cement treated permeable base shall be not less than 282 pounds per cubic yard. The water-cement ratio (the ratio of the amount of water, exclusive only of that absorbed by the aggre- gates, to the amount of cement, by weight) shall be approximately 0.37. The exact water-cement ratio will be determined by the Engineer. Treated Permeable Base at bottom of .Geocomposite Drains. Treated permeable base to be placed around slotted plastic pipe at the bottom of geocomposite drains shall conform to the provisions in “Treated Permeable Base Under Approach Slabs.” If asphalt treated permeable base is used, it shall be placed at a temperature of not less than 180” F. nor more than 230” F. Add the following Section: 303-3.9.1 Erection Plan The Contractor shall submit a Slab Unit Erection Plan at least 10 days prior to the planned start of the placing of precast deck slabs. At the minimum the Plan shall address the requirements of Appendix ‘B”, “Data Required for Approval of Bridge Erection, Demolition or other Hoisting Operations over Tracks of the San Diego Northern Railway”. The Plans shall describe the methods, equipment, and schedule of placing precast wncrete slabs. The plan shall address at least the following items: trucking and stor- age, relations with NCTD and flagging, safety, temporary bracing, traffic control, and scheduling. 9/l 1 /oo Contract No. 3551 Page 176 of209 Erection of slabs over NCTD Right-of-Way shall and coordination with NCTD will be required. be undertaken on one span at a time. Communication Regardless of the construction procedure, methods and equipment selected, the Contractor shall have all necessary materials and equipment on the site to erect or remove the slabs in any one span prior to beginning work at that span. The Contractor shall erect the slabs in an expeditious manner. At the completion of work at any one span Transverse Tie Rods shall be replaced and re-tightened ac- cording to the 303-3.9.2 before any traffic is allowed, on that span. Add the following Section: 303-3.9.2 Erection of Precast Prestressed Concrete Slab Units. After the slab units are in final position, the anchor bars shall be mortared in and the mortar between the ends and in the keyways between the members shall be placed. No equipment or other loads shall be allowed on any span that has mortar between the slab units or in the anchor bar holes that has been in place less than 72 hours. Deck shear connector rods, shown as tie rods on the plans shall conform to the following: 1. Bolts, rods, nuts and plate or beveled washers shall be structural steel; lock washers shall be ANSI heavy duty spring washers; and all metal shall be hot-dip galvanized after fabrication in accordance with the provisions 210-3.1 and 210-3.2. 2. Openings for transverse connections shall be accurately placed and shall conform to the details shown on the plans. 3. Nuts shall be tightened to snug fit after the deck units are positioned and prior to placing mortar in keyways. 4. Nuts shall be tightened after the mortar in the keyways between the units has been in place at least 24 hours. Threads at the ends of bolts or rods shall be burred to prevent loosening of the nut. 5. Where the ends of transverse rods will be exposed, the nuts and ends of rods shall be recessed so that all metal will be at least 25 mm inside the surface of the member. After the nuts have been tight- ened, the recess shall be filled with mortar. 303-3.1 d Measurement and Payment. Replace with the following: Full compensation for furnishing all labor, materials, tools, equipment and incidentals involved in furnishing and installing precast prestressed concrete members as shown on the plans, including placing transverse connects and grout- ing, shall be made in accordance with 303-l .l 1, and no additional compensation shall be allowed there- for. Add the following subsection: 3034 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS 303-5.5.2 Curb. Add the foIlwing: 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 3034.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be wnsid- ered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb 9/l 1 /oo Contract No. 3551 Page 179of209 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. 303-6.3 Pattern. Add the following: Pattern shall equal to match existing stamped concrete withir. raised median along Poinsettia Lane west of Interstate 5. 303.7.3.Add the following: Color shall be Method B(lntegral Color) and shall match raised median along Poinsettia Lane west of Interstate 5. 303-7.5 Payment. Payment for stamped concrete shall be made on the basis of the contract unit price bid for 4” Stamped Colored Concrete Median Paving and shall include full wmpensation,for furnishing all labor, materials, including sand bed, tools, equipment, and installing complete and in place, and no further compensation will be allowed. Add the following: 3034 MODIFY EXISTING CURB INLET This work consists of demolition of existing structure, structural excavation, structural backfill, wncrete formwork, concrete, reinforcement steel, drilling and bonding dowels, miscellaneous steel and concrete apron for the modification of existing drainage structures as shown on the contract plans and shall wn- form to the requirements of 201 -1 .l ,201-l .2, and 303-l of these specifications. 3034.1 Payment Payment for the work performed in Section 303-8 shall be made on the basis to the unit price bid for Modii Existing Type ‘A” Curb Inlet to 9’ Type “A-2” Curb Inlet per SDSR D-l and shall include full compensation for furnishing all labor, materials, equipment and incidentals required to per- form the work and no further compensation will be allowed therefor. Add the following: 303-Q CONCRETE THRUST BLOCKS Construction of concrete thrust blocks for potable and recycled water mains shall conform to Part Ill, In- stallation, Sections A and C, Installation, of the Carlsbad Municipal Water District Rules and Regulations for wnstructionof Public Potable Water Mains, latest edition, and Detail 3 on Sheet 25 of the Plans. SECTION 304 - METAL FABRICATION AND CONSTRUCTION 304-l .9 Welding. Replace the section with the following: Welding quality control shall conform to the requirements in the AWS welding codes, the Standard Specifications and these special provisions. Welding quality control shall apply when welding is performed for the following work: Fabrication of pipe hangers Splicing of Pile Sections Welding quality control, as specified herein, shall not apply when welding is performed at a permanent fabrication facility that is certified under the AISC Quality Certification Program, Category Ill, Major Steel Bridges. Wherever reference is made to the following AWS welding codes in the Standard Specifications, on the plans or in these special provisions, the year of adoption for these codes shall be as listed: Q/l 1100 Contract No. 3551 Pa9e160of209 AWS Code Year of ’ . Adoption Dl.1 1996 Dl.4 1992 Dl.5 1995 Dl.5 1996 (metric L only) All requirements of the AWS welding codes shall apply unless specified otherwise in the Standard Speci- fications, on the plans or in these special provisions. Wherever the abbreviation AWS is used, it shall be equivalent to the abbreviations ANSVAWS or ANSI/AASHTO/AWS. The Contractor shall designate in writing a welding Quality Control Manager (QCM). The QCM shall be responsible directly to the Contractor for the quality of welding, including materials and workmanship, performed by the Contractor and all subcontractors. The QCM shall not be employed or compensated by any subcontractor, or by other persons or entities hired by subwntractprs, who will provide other services or materials for the project. The QCM may be an employee of the Contractor. No welding inspection personnel or nondestructive testing (NDT) firms to be used in the work shall be employed or compensated by any subcontractor, or by other persons or entities hired by subcontractors, who will provide other services or materials for the project. The QCM shall be the sole individual responsible to the Contractor for submitting and receiving all wrre- spondence and required submittals and report~~regarding welding to and from the Engineer. Prior to submitting the Quality Control Plan (QCP) required herein, a pre-welding meeting shall be held between the Engineer, Contractor and any welding subcontractors to be used in the work to discuss the requirements for the QCP. Prior to performing any welding, the Contractor shall submit to the Engineer, in accordance with the pro- visions of Section 2-5.3, “Shop Drawings and Submittals,” of the Standard Specifications, 3 copies of a separate QCP for each item of work for which welding is to be performed. As a minimum, each QCP shall include the following: 1. The name of the welding firm and the NDT firm to be used; 2. A manual prepared by the, NDT firm that shall include equipment, testing procedures, code of safe practices, the Written Practice of the NDT firm, and the names, qualifications and documen- tation of certifications for all personnel to be used; 3. The name of the QCM and the names, qualifications and documentation of certifications for all Quality Control (QC) Inspectors and Assistant Quality Control Inspectors to be used; 4. An organizational chart showing all QC personnel and their assigned QC responsibilities; 5. The methods and frequencies for performing all required quality control procedures, including QC inspection forms to be used, as required by the specifications including: (a) all visual inspections; @I all NDT including radiographic geometry, penetrameter and shim selection, film quality, film processing, radiograph identification and marking system, and film interpretation and reports; and Cc) calibration procedures and calibration frequency for all NDT equipment; 6. A system for the identification and tracking of all welds, NDT and any required repairs, and a pro- cedure for the reinspection of any repaired welds. The system shall have provisions for 1) per- manently identifying each weld and the person who performed the weld and 2) placing all identifii cation and tracking information on each radiograph; 9/l 1 /oo Contract No. 3551 Pe9e 181of209 7. Standard procedures for performing noncritical repair welds. Noncritical repair welds aredefined as welds to deposit additional weld beads or layers to compensate for insufficient weld size and to fill limited excavations that were performed to remove unacceptable edge or surface discontinuities, rollover or undercut. The depth of these excavations shall not exceed 65 percen of the specified weld size; 8. The welding procedure specification (WPS), including documentation of all supporting Procedure Qualification Record (PQR) tests performed, and the name of the testing laboratory who per- formed the tests, to verify the acceptability of the WPS. The submitted_WPS shall be within the allowable period of effectiveness; 9. Documentation of all certifications for welders for each weld process and position that will be used. Certifications shall list the electrodes used, test position, base metal and thickness, tests performed, and the witnessing authority. All certifications shall be within the allowable period of effectiveness; and 10. One copy each of all AWS welding codes and the FCP, which are applicable to the welding to be performed. These codes and the FCP shall become the permanent property of the Department, The Engineer shall have 10 working days to review the QCP submittal after a complete plan has been received. No welding shall be performed until the QCP is approved in writing by the Engineer. Should the Engineer fail to complete the review within this time allowance and if, in the opinion of the Engineer, the Contractor’s controlling operation is delayed or interfered with by reason of the delay in reviewing the QCP, the delay will be considered a delay as specified in Section 6-6 of the Standard Speciftwtions. An amended QCP or addendum shall be submitted to, and approved in writing by the Engineer, for any proposed revisions to the approved QCP. An amended QCP or addendum will be required for any revi- sions to the QCP, including but not limited to a revised WPS, additional welders, changes in NDT firms or procedures, QC or NDT personnel, or updated systems for tracking and identifying welds. The Engi- neer shall have 3 working days to complete the review of the amended QCP or addendum. Work that is affected by any of the proposed revisions shall not be performed until the amended QCP or addendum has been approved. Should the Engineer fail to complete the review within this time allowance and if, in the opinion of the Engineer, the Contractor’s controlling operation is delayed or interfered with by reason of the delay in reviewing the amended QCP ore addendum, the delay will be considered a right of way delay as specified in Section 6-l .09, “Right of Way Delays,” of the Standard Specifications. After final approval of the QCP, amended QCP or addendum, the Contractor shall submit to the Engi- neer 7 copies each of these approved documents. A daily production log for welding shall be kept by the QCM for each day that welding is performed. The log shall clearly indicate the locations of all welding, and shall include the welders’ names, amount of welding performed, any problems or deficiencies discovered, and any testing or repair work performed, at each location. The daily report from each Quality Control Inspector shall also be included in the log. It is expressly understood that the Engineets approval of the Contractor’s QCP shall not relieve the Con- tractor of any responsibility under the contract for the successful completion of the work in conformity with the requirements of the plans and specifications. The Engineer’s approval shall not constitute a waiver of any of the requirements of the plans and specifications nor relieve the Contractor of any obli- gation thereunder, and defective work, materials and equipment may be rejected notwithstanding ap- proval of the QCP. The following items shall be included in a Welding Report that is to be submitted to the Engineer within 7 days following the performance of any welding: 1. Reports of all visual weld inspections and NDT; 2. Radiographs and radiographic reports, and other required NDT reports; 9/l 1 /oo Contract No. 3551 Pagel82of209 3. Documentation that the Contractor has evaluated all radiographs and other nondestructive tests, corrected all rejectable deficiencies, and all repaired welds have been reexamined by the re- quired NDT and found acceptable; and 4. Daily production log. All reports regarding NDT, including radiographs, shall be signed by both NDT technician and the person that performed the review, and then submitted directly to the QCM for review and signature prior to submittal to the Engineer. Corresponding names shall be clearly printed or typewritten next to all signa- tures. The Engineer shall review the Welding Report to determine if the Contractor is in conformance with the QCP. Except for steel piling, the Engineer shall be allowed 7 days to review the report and respond in writing after a complete Welding Report has been received. The review time for steel piling shall be as specified in “Piling” elsewhere in these special provisions. Prior to receiving notification from the Engi- neer of the Contractor’s conformance with the QCP, the Contractor may encase in wncrete or wver any welds for which a Welding Report. has been submitted. However, should the Contractor elect to encase or cover those welds prior to receiving notification from the Engineer, it is expressly understood that the Contractor shall not be relieved of the responsibility for incorporating material in the work that conforms to the requirements of the plans and specifications. Any material not conforming to these requirements will be subject to rejection. Should the Contractor elect to wait to encase or wver any welds pending notification by the Engineer, and should the Engineer fail to complete the review and provide notification within this time allowance, and if, in the opinion of the Engineer, the Contractor’s controlling operation is delayed or interfered with by reason of the delay in notification, the delay will be considered a right of way delay as specified in Section 6 of the Standard Specifications. Sections6.1.1 through 6.1.3.3 of AWS D 1.1, Sections 7.1.1 and 7.1.2 of AWS D 1.4, and Sections 6.1 .l .l through 6.1.3.3 of AWS D 1.5 are replaced with the following: Quality Control (QC) shall be the responsibility of the Contractor. As a minimum, the Contractor shall perform inspection and testing prior to welding, during welding and after welding as specified in this sec- tion and additionally as necessary to ensure that materials and workmanship conform to the require- ments of the contract documents. . The Quality Control (QC) Inspector shall be the duly designated person who performs inspection, test- ing, and quality matters for all welding. Quality Assurance (QA) is the prerogative of the Engineer. The QA Inspector is the duly designated per- son who acts for and on,behalf of the Engineer. All QC Inspectors shall be responsible for quality control acceptance or rejection of materials and work- manship, and shall be currently certified as AWS Certified Welding Inspectors (CWI) in accordance with the provisions of AWS QC1 , “Standard and Guide for Qualification of Welding Inspectors.” The QC Inspector may be assisted by an Assistant QC Inspector provided that this individual is currently certified as an AWS Certified Associate Welding Inspector (CAWI) in accordance with the provisions of AWS QC1 , “Standard and Guide for Qualification of Welding Inspectors,” or has equivalent qualiica- tions. The QC Inspector shall monitor the Assistant QC Inspector’s work, and shall be responsible for signing all reports. When the term “Inspector is used without further qualification, it shall refer to the QC Inspector. Section 6.14.7, “Personnel Qualification,” of AWS D 1 .l, Section 7.7.6, “Personnel Qualification,” of AWS D 1.4 and Section 6.1.3.4, “Personnel Qualification,” ‘of AWS D 1.5 are amended to read: 9/l 1 /oo Contract No. 3551 Peg8 183 of 209 Personnel performing NDT shall be qualified in accordance with the current edition of the American So- ciety for Nondestructive Testing (ASNT) Recommended Practice No. SNT-TC-1A and the Written Prac- tice of the NDT firm. Only individuals who are 1) qualified for NDT Level II, or 2) Level Ill technicians who have been directly certified by the ASNT and are authorized to perform the work of Level II techni- cians, shall perform NDT, review the results, and prepare the written reports. Section 6.54, “Scope of Examination,” of AWS D 1.1 and Section 7.54 of AWS D 1.4 are amended to read: The QC Inspector shall inspect and approve the’ joint preparation, assembly practice, welding tech- niques, and performance of each welder, welding operator, and tack welder to make certain that the ap- plicable requirements of this code and the approved WPS are met. Section 6.5.4 of AWS D 1.5 is amended to read: The QC Inspector shall inspect and approve the joint preparation, assembly practice, welding tech- niques, and performance of each welder, welding operator, and tack welder to make certain that the ap- plicable requirements of this code and the approved WPS are met. The QC Inspector shall examine the work to make certain that it meets the requirements of section 3 and 9.21. The size and. contour of welds shall be measured using suitable gages. Visual inspection for cracks in welds and base metal, and for other diswntinuities should be aided by strong light magnifiers, or such other devices as may be helpful. Acceptance criteria different from those specified in this code may be used when approved by the Engineer. The Engineer shall have the authority to verffy the qualifications or certifications of any welder, Quality Control Inspector, or NDT personnel to specified levels by retests or other means. A sufficient number of QC Inspectors shall be provided to ensure continuous inspection when any weld- ing is being performed. Continuous inspection, as a minimum, shall include (1) having QC Inspectors continually present on all shifts when any welding is being performed, or (2) having a QC Inspector within such close proximity of all welding operations that inspections by the QC Inspector of each opera- tion, at each welding location, shall not lapse for a period exceeding 30 minutes. Inspection and approval of the joint preparation, assembly practice, welding techniques, and perform- ance of each welder, welding operator, and tack welder shall be documented by the QC Inspector on a daily basis for each day that welding is performed. The QC Inspector shall provide reports to the QCM on a daily basis for each day that welding is per- formed. Except for noncritical weld repairs, base metal repairs, or any other type of repairs not submitted in the QCP, the Engineer shall be notified immediately in writing when any welding problems or deficiencies are discovered and also of the proposed repair procedures to correct them. The Engineer shall have 5 working days to review these procedures. No remedial work shall begin until the repair procedures are approved in writing by the Engineer. When joint details that am not prequalified by the applicable AWS codes are proposed for use in the work, all welders using these details shall perform a qualification test plate using the approved WPS vari- ables and the joint detail to be used in production. The test plate shall be the maximum thickness to be used in production. The test plate shall be mechanically or radiographically tested as directed by the Engineer. Mechanical and radiographic testing and acceptance criteria shall be as specified in the ap- plicable AWS codes. The period of effectiveness for a wetder’s or welding operator’s qualification shall be a maximum of 3 years for the same weld process, welding position, and weld type. A valid qualification at the begin- 9/l 1 /oo Contract No. 3551 Pagt3184of209 ning of work on a contract will be acceptable for the entire period of the contract, as long as the welder’s work remains satisfactory. All qualification tests for welders, welding operators, and WPSs used in welding operations will be wit- nessed by the Engineer or an independent third party acceptable to the Engineer. Section 6.6.5, “Nonspecified Nondestructive Testing Other Than Visual,” of AWS D 1 .l , Section 6.6.5 of AWS D 1.4 and Section 6.6.5 of AWS D 1.5 shall not apply. For any welding, the Engineer may direct the Contractor to perform NDT that is in addition to the visual inspection or NDT specified in the AWS welding codes, in the Standard Specifications or in these special provisions. Additional NDT required by the Engineer will be paid for as extra work in accordance with Section 3-3, “Extra Work,” of the Standard Specifications and these Special Provisions. Should any welding deficiencies be discovered by this additional NDT, the cost of the testing will not be paid for as extra work, and shall be at the Contractor’s expense. All required repair work to correct welding deficiencies, whether discovered by the required visual in- spection or NDT, or by additional NDT directed by the Engineer, and any associated delays or expenses .caused to the Contractor by performing these repairs, shall be at the Contractor’s expense. At the completion of all welding, the QCM shall sign and furnish to the Engineer, a certificate of compli- ance in accordance with Section 4, “Control of Materials,” of the Standard Specifications for each item of work for which welding was performed. The certificate shall state that all of the materials and workman- ship incorporated in the work, and all required tests and inspections of this work, have been performed in accordance with the details shown on the plans and the provisions of the Standard Specifications and these special provisions. Full compensation for conforming to all of the requirements of this section, Welding Quality Control, shall be considered as included in the contract prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 304-l .12.4 Payment. Replace the section with the following: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in the construction and installation of galvanized steel pipe hangers shall be considered as included in the unit price bid for Item B-6, Construct Bridge Widening. No additional compensation shall be allowed therefor. Add the following Section: CHAIN LINK RAILING 304-5.1 General. Add the following: The Contractor shall submit to the Engineer for approval, in ac- cordance with the provisions in Section 2-5.3, ‘Shop Drawings and Submittals” of the SSPWC, workings drawings of the Chain Link Railing proposed. Working Drawings shall be submitted a minimum of 20 days in advance of the start of the effected work to allow two, (2), weeks for review by the Engineer. Chain Link Railing shall conform to Section 206-6, Section 304-3. and the Plans. The chain link fabric shall be clad coated with PVC in accordance with Section 210-S. 3046.2 Chain Link Railing Construction Chain link railing shall consist of a metal frame covered with chain link fabric, including posts, horizontal members, post anchorages, stretcher bars, truss rods, tension wires, and other required hardware and fittings, as shown on the plans. Posts and horizontal members shall be standard steel pipe, structural steel tubing or structural shapes as shown on the plans, except where metal conduit is specified in this Section. Structural tubing steel shall conform to the requirements of ASTM Designations: A 500 or A 501. 9/l 1 /oo Contract No. 3551 Pe9e 185of209 Structural shapes, plates, bars and bolts shall be structural steel conforming to the provisions in Section 206-6. Stretcher bars, truss rods, post tops, and other required fittings and hardware shall be steel, malleablt iron, or wrought iron. All post tops and other closures shall be watertight. All required fittings and hard- ware shall fasten to the posts and other members in proper manner. Where shown on the plans, cables used in the frame shall be S/16 inch in diameter, wire rope, with a minimum breaking ‘strength of 5,000 pounds, and shall be galvanized in conformance with the re- quirements of Federal Specification RR-W41 OD. Crimped sleeve clamps and stud socket assemblies shall be ferrous or nonferrous metal shall develop the strength of the cable and shall be the wlor of the cable. All frame members carrying electrical conductors shall be rigid metal conduit manufactured of mild steel, conforming to UL Publication UL 6 for Rigid Metallic Conduits. The rigid metallic conduit shall have inte- rior and exterior surfaces zinc-coated by hot-dip galvanizing. Tension wires shall be at least 7-gage coil spring steel. Post clips shall be at least 9-gage steel. Wire ties or hog rings shall be g-gage commercial quality steel wire. Wire ties shall be given at least one complete turn. Tension wires, post clips, wire ties and hog rings shall be galvanized in accordance with the provisions of ASTM Designation: A 116, Coating Class 3. r Six-gage (0.1920” min. dia.) aluminum wire ties, conforming to ASTM Designation: B 211, Alloy 1 lOO- H18, or 6-gage (0.1920” min. dia.) aluminum hog rings, conforming to ASTM Designation: B 211, Alloy 606%T94 or Alloy 5052-H38 may be substituted for steel wire ties or hog rings. Ends of wire ties shall be bent away from pedestrian traffic. Chain link fabric shall be either ll-gage Type I zinc wated fabric conforming to the requirements of AASHTO Designation: M 181 or 1 l-gage Type IV polyvinyl chloride (PVC) coated fabric conforming to the requirements of Federal Specification RR-F-191/1 C. The wlor of vinyl coated chain link fabric shall be either medium green or dark green unless otherwise specified in the special provisions. The railings pertaining to any structure shall all be of the same wlor. All chain link fabric shall be woven into approximately one-inch mesh. Truss rods and cables shall be tightened with tumbuckies or other fittings. The fabric shall be stretched and securely fastened to the posts, other members, and tension wires. Tension wires shall be stretched tight. Where necessary to conform to curvature, either hor&ontal or vertical, the fabric shall be reworked and fitted so as to present a smooth, neat, and workmanlike appearance. Where required by the other facilities, openings in the fabric shall be provided. Such openings shall be reinforced with not less than one turn of 6-gage wire. Add the following: 9/l l/00 Contract No. 3551 Pag8186of209 304-5.3 Measurement and Payment.: Full compensation for furnishing all labor, materials, tools, equipment and incidentals involved in furnishing and installing chain link railing as shown on the plans shall be made in accordance with 303-l. 11, and no additional compensation shall be made therefor. SECTION 305 - PILE DRIVING 305-l PILE DRIVING AND TIMBER CONSTRUCTION 3051.1 General. Add the following: Attention is directed to the provisions of Section 7-10 “Public Con- venience And Safety,” of the SSPWC. Before performing any pile handling or pile installation operation at any location that is closer than the length of the pile being handled or installed to the edge of any traveled way open to public use, the Contractor shall submit to the Engineer a detail plan of the meas- ures that will be employed to provide for the safety of traffic and the public. The Contractor shall be responsible for furnishing piling of sufficient length to obtain the penetration and . I bearing value specified. No explorator)i piles will be required on this project. Add the following subsection: 305-1.1.1 Additional Foundation Investigation. At the Contractor’s option, the Contractor may wn- duct additional foundation investigation, including installing and axial load testing additional non- production indicator piling. The Engineer shall approve locations of additional foundation testing. The Contractor shall notify the Engineer at least five (5) working days prior to beginning additional foundation investigation. No extension of time will be made for additional foundation investigation, installation and testing of indicator piling, cutting off piling and restoring the foundation investigation and indicator pile sites, and review of request by the Engineer. 3051.19 Additional foundation investigation shall be completed prior to requesting revised specified pile tip eleva- tions or modification to the installation methods specified herein. Revisions to specified tip elevations and modifications to the specified installation methods will conform to the provisions of Section 3-l ‘Changes Requested By The Contractor” of the SSPWC. Modification to the specified installation methods and specified pile tip elevation will not be considered at locations where lateral load demands control design pile tip elevations or when the plans indicate that specified pile tip elevation shall not be revised. The pile structural capacity design is based on the nominal strength as defined in Caltrans Bridge De- sign Specifications (Article 8.1.3) or the nominal resistance as defined in the proposed LRFD Bridge De sign Specifications (Article 1.3.2.1). The nominal resistance of the pile, as shown on the plans, is the de- sign capacity required to resist the factored axial demands. Indicator compression pile load testing shall conform to ASTM Designation: D 1143. The acceptance criteria for compression pile load testing is as follows: The pile shall sustain the first wmpression test load applied which is equal to the nominal compression resistance, as shown on the plans, with no more than 0.5 inch total vertical movement at the top of the pile that is measured relative to the top of the pile prior to the start of compression load testing. Indicator tension pile load testing shall conform to ASTM Designation: D 3689. The loading apparatus 9/l l/00 Contract No. 3551 Page 187 of 209 described as ‘Load Applied to Pile by Hydraulic Jack(s) Acting at One End of Test Beam(s) Anchored to the Pile” shall not be used. The acceptance criteria for tension pile load testing is as follows: The pile shall sustain the first tension test load applied which is equal to the nominal tension resis- tance, as shown on the plans, with no more than 0.5 inch total vertical movement at the top of the pile that is measured relative to the top of the pile prior to the start of tension load testing. Indicator piling shall be removed to at least one foot below ground line or three feet below finished grade, whichever is lower, and the remaining holes shall be backfilled with earth or other suitable mate- rial approved by the Engineer. When load test piles and anchor piles are shown on the plans or specified for a structure, the loading tests using those piles shall be completed before the remaining piles for that structure or specified wn- trol location are drilled, cast, cut to length, or driven. Load test piles shall be installed with the same type of equipment that is to be used for installation of foundation piles. Load test piles which are shown on the plans or specified in the special provisions shall conform to the requirements for piling as specified in these specifications and, unless otherwise shown, shall be so lo- cated that they may be cut off and become a part of the completed structure. Load test piles (used for the purpose of determining lengths of the pokes required) which are not to be incorporated in the completed structure shall be removed to at least one foot below ground line or three feet below finished grade, whichever is lower, and the remaining holes shall be backfilled with earth or other suitable material approved by the Engineer. Load test anchorages in piles used as anchor piles shall conform to the following Requirements: .- High strength threaded steel rods shall conform to the provisions for bars in Section 303-3.3 of the SSPWC, ‘Prestressing Steel,” except Type II bars shall be used. High strength steel plates shall conform to the specifications of ASTM Designation: A 108, Grade 1040. Anchor nuts shall conform to the provisions in the third paragraph in Section 303-3.4 of the SSPWC, “Anchorages and Distribution.” The Contractor, at the Contractor’s expense, may use additional cement or Type Ill cement in the wn- Crete for the load test and anchor piles. Testing of load test piles shown on the plans and specified in the special provisions will be performed by the Contractor, and approved by the Engineer. The loading tests will be made when the concrete in the load test and anchor piles has developed a compressive strength of at least 2,000 pounds per square inch. Add the following subsection: 3054.2 Driving Equipment Replace the first sentence with the following: Driven piles shall be installed 9/l 1 IO0 Contract No. 3551 Pa9el85of209 with impact hammers that are approved by the Engineer. Impact hammers shall be steam, air, diesel hammers, or drop hammers. Impact hammers shall have sufficient energy to drive the piles at a penetra- tion rate of not less than l/8 inch per blow at the specified penetration and specified bearing value. Replace the last sentence of the first paragraph with the following: Predrill each pile at bents two and three 15 feet prior to beginning the pile driving. Vibratory hammers shall be used for pile installation 5 feet or more above the specified tip elevation. Piles shall be driven to the specified tip elevation. Jetting or drilling to obtain the specified penetration in conformance with the provisions in Section 305-l .2, ‘Driv- ing Equipment,” of the SSPWC shall not be used for driven type piles. 305-l .8 Payment. 305-1.8.1 .General. Add the foltowing: Structural shape steel piling will be measured and paid for as furnish ‘piling and drive pile quantities. Full compensation for furnishing and placing the steel pile an- chors, splicing steel piles, or any other expense resulting from said substitution shall be considered as included in the contract price bid per pile for furnish piling and contract unit price bid for drive’ pile and no additional compensation will be allowed therefor. 305-1.8.2 Payment for Furnishing Piles. Add the following: Full compensation for furnishing and placing additional reinforcement, load test anchorages, and for cutting off or splicing piles as specified shall be considered as included in the Contract price bid per foot for Furnish Steel Piling (HPlOX57) and no additional compensation will be allowed. 305-l .8.3 Payment for Driving Piles. Add the following: Full compensation for driving piles indud- ing all materials and labor as necessary shall be considered as included in the Contract price bid per each pile for Drive Steel Piling (HPlOX57) in Place and no additional compensation will be allowed. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-l OPEN TRENCH OPERATIONS .Add the following section: 306-l .1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-l .1.7.1 Requireme& for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless othewise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: 9/l 1 /oo Contract No. 3551 Page189of209 pS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X IOO] X IANES 1000 8 pS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mohl + SLOPE X 1001 X LANES 1000 5 where: PS ADT EWL DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE steel LANES plate score. average daily trafftc as defined in the CALTRANS Traffic Manual. equivalent wheel loads as defined in the CALTRANS Traffic Manual: total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50’) up and downstream of the position of the proposed plate bridging. 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 con- struction 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 lim- ited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer’s approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 3061 .1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring. conforming to Section 7-10.4.1 of the Standard Specifrca- tions. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-l .5. Add the following section: 306-l .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 herein before. b) Steel plates used for bridging must extend a minimum of 610 mm (2’) beyond the edges of the trench. 9/l l/00 Contract No. 3551 Page190of209 c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install * per below. The pavement shall be cold milled to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall ‘not exceed 25 mm (1”) and shall be filled with elastomeric sealant material which may, at the contractor’s option, be mixed with no more that 50%, by volume, of Type I aggregate wn- forming to the requirements of tables 203-5.2(B) and 203-5.3(A). Add the following section: 306-l .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-l .1.7.4(A) REQUIRED PLATE THICKNESS FOR A bIbEN TRENCH WIDTH’ Maximum Trench Width (‘) Minimum Plate Thickness . 0.3 in (iOn) 13 mm (1/2”) 0.6 m (23”) 19 mm (V,“) 0.8 m (31”) 22 mm (‘//) 1.0 m (41”) 25 mm (1”) 1.6 m (63”) 32 mm (1 X”) (1) For spans greater than 1.6 m (5’), a structural design shall be prepared by a registered civil engineer and submii tc the Engineer for review.and approval in accordance with secticn 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 utiliie standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-l .1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to fa- cilitate. 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. Add the following: 306-1.1.8 Exploratory Excavations Exploratory excavations shall be made to wnfirm the location and conditions of the connection points of the 8XML8 line for both recycled water and potable water lines. The excavations shall conform to the provisions of 306-l. Open Trench Operations. Payment for Exploratory shall be made at the lump sum price bid for Perform Exploratory Excavation at Utility Crossing. Payment shall include all costs for said work including but not limited to, flagging and traffic control, shoring and safety measures, saw-cutting pavement, bad<filling, and patching pavement, as required. 9/l l/00 Contract No. 3551 Page 191 of 209 306-1.2.1 Bedding. In the third paragraph, second sentence modify as follows: There shall be 150 mm (6 inches) minimum of bedding below the pipe barrel and 25 mm (1 inch) minimum clearance below the projecting bell. Add the following: The pipe bedding shall be placed over the full width of the trench. 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. Add the following: The pipe bedding shall be placed over the full width of the trench. 306-1.2.12 Field Inspection for Plastic Pipe and Fittings. Replace the first sentence of the third paragraph with the following: Deflection test shall be performed not sooner than 30 days after wmple- tion of placement and densification of backfill and following installation of all utilities, but prior to the plac- ing of the permanent paving. Add the following: Obstructions encountered by the mandrel shall be corrected by the Contractor. All material, equipment ’ and labor to perform the test shall be provided by the Contractor at no cost to the Owner. 306-l .2.13 Installation of Plastic Pipe and Fittings. Add the following: 306-1.2.13.1 General Installations Procedures and Workmanship. PVC pressure pipe and fittings shall be installed per ASTM 02321, Uni Bell pamphlet Uni-B-5, and the manufacturer’s rewmmenda- tions. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. The Con- tractor shall unload the pipe by mechanical means such as a crane or backhoe, or by rope and skids, as recommended by the manufacturer. In using skids, pipes must be prevented from striking other pipe. Dropping pipe from truck will not be permitted. All pipe shall be laid without break, upgrade from structure to structure, with the bell ends of the pipe up grade. Pipe shall be laid to the line and grade given so as to fonn a close concentric joint with the ad- joining pipe and prevent sudden offsets of the flow line. The interior of the pipe shall be cleaned of all dirt and superfluous materials of all description immediately prior to installing the pipe. The Contractor shall wipe the mating surfaces of the pipe to be joined clean of all dirt and foreign matter and apply an approved lubricant. The spigot end shall be inserted to the proper depth of the socket as indicated by the home mark. 306-1.2.13.4 Preventing Foreign Matter from Entering the Pipe. At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the en- trance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water, which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Owner. 396-1.3.1 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 wlor 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-l .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. 9/l 1 /oo Contract No. 3551 PEQe 192of209 306-l .4 Testing Pipelines. 306-1.4.1 General Add the following to Item No. 2: Before testing, each pipe shall be thoroughly cleaned from accesshole to accesshole with a sewer scrubbing ball. All debris and trash shall be re- moved from each accesshole. Replace Item 6 of Section 3.6-l .4.1 with the following: 6) Potable and Recycled Water Pipeline test- ing shall be in accordance with Part IV, Section A and Section 8, of the Carlsbad Municipal Water Dis- trict’s Rules and Regulations for Construction of Public Potable Mains, latest edition. ’ 306-l .5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials, which are placed by the Contractor, are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent re- surfacing within 7 days of placement. No additional payment will be made for temporary bituminous re- surfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-l S.2 Permanent Resurfacing. Add the following: Except as provided in section 306-l 51, ‘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. 3061.6 . Basis of Payment for Open Trench Pipeline installations. Add the following paragraph: Payment for the open trench pressurized PVC pipelines installations shall be per lineal foot and shall in- clude all labor, materials and equipment to construct the pipelines including fittings, thrust blocks, exca- vation, bedding, laying of pipe, removal of nuisance water from the excavation, backfill, compaction, re- moval and disposal of any excess material, testing, flushing and any disinfection, traffic control and ap purtenant work excluding gate valves, air release valves, blow-offs which will be listed as their own pay items. 306-1.6.3 Connect to tiistlng Sewer. No measurement shall be made for this work. Payment for construction of the connection to the existing sewer at the locations and for the sizes shown on the Plans, including excavation, backfill, bedding, compaction, compaction testing, piping, fittings, disposal of excess excavated material, sheeting, removal of nuisance water from excavation and any appurtenant work as shown in the Plans or called for in the Specifications shall be considered as included in other items of work and no additional compensation will be allowed. 306-1.6.4 Sewer Accesshole. Measuremeni for payment for construction of sewer accesshole of the sizes shown on the Plans, will be based upon the actual quantity, each, of such sewer accessholes fur- nished and installed per the Cartsbad Municipal Water District Standard Drawings and details shown on the Plans, all in accordance with the requirements of the Contract Documents. Payment for furnishing and installing sewer accesshole will be made at the unit price, each, named in the Bid Schedule, which price shall constitute full compensation for each complete sewer aazesshole installation. 911 l/O0 Contract No. 3551 Page 193of209 Add the following section: 3064 ABANDONMENT OF CONDUITS AND STRUCTURES Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoner pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump- sum bid for Clearing and Grubbing, and no additional payment will be made. 3064 Abandonment of Conduits and Structures. Replace the second sentence of the fourth para- graph with the following: Voids resulting from abandoned or removed structures shall be filled with suit- able material compacted to a relative compaction of 95 percent. 306-9 PVC PRESSURE PIPE 396-9.1 General. All materials for installation of Carlsbad Municipal Water District potable water and recycled water mains shall conform in all respects to the Carlsbad Municipal Water District’s Standards and Regulations as referenced in the following paragraphs. 306-9.2 Polyvinyl Chloride (PVC) Pressure Pipe - Potable Water. installation of all Polyvinyl Chlo- ride (PVC) pressure pipe for potable water shall conform in ail respects to Part iii, Section A, Public Wa- ter System Supplemental Standard Specifications of the Cart&ad Municipal Water District Rules and Regulations for Construction of Public Potable Water Mains, latest edition. 306-9.2.1 Polyvinyl Chloride (PVC) Pressure Pipe - Potable Water. Measurement for payment for construction of PVC pressure pipe for potable water of the sizes, types, and classes shown on the Plans, will be based upon the number of linear feet of such pipe actually placed as determined by meas urement along the centertine of such pipe, all in accordance with the requirements of the Contract Docu- ments. Payment for construction of PVC pressure pipe water pipe will be made at the unit price per linear foot named in the Bid Schedule, which price shall constitute full wmpensation for furnishing and placing such pipe including excavation, backfill, bedding, compaction, compaction testing, pipe, pipe identification, fittings, thrust blocks, disposal of excess excavated material removal of nuisance water from excavation, testing, flushing. and disinfection and any appurtenant work as shown in the Plans or called for in the Specifications, complete for the unit price. Pavement removal and replacement is not to be included in this work. All domestic mains shall be thoroughly flushed prior to disinfection. 3069.3 Polyvinyl Chloride (PVC) Pressure Pipe - Recycled Water. Installation of ail Polyvinyl Chlo- ride (PVC) pressure pipe for recycled water shall conform in all respects to Part II, Section A, instalia- tion, Public Water System Supplemental Standard Specifications of the Cartsbad Municipal Water Dis- trict Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, latest edii. Add the following: 306-9.3.1 Polyvinyl Chloride (PVC) Pressure - Recycled Water Pipe. Measurement for payment for construction of PVC Pressure recycled water pipe of the sizes, types, and classes shown on the Plans, will be based upon the number of linear feet of such pipe actually placed as determined by measure- ment along the centerline of such pipe, all in accordance with the requirements of the Contract Docu- ments. Payment for construction of PVC pressure recycled water pipe will be made at the unit price per linear foot named in the Bid Schedule, which price shall constitute full compensation for furnishing and placing such pipe including excavation, backfill, bedding, compaction, compaction testing, pipe, pipe identifica tion, fittings, thrust blocks, disposal of excess excavated material removal of nuisance water from exca- vation, testing, flushing and disinfection and any appurtenant work as shown in the Plans or called for in 9/l 1 /oo Contract No. 3551 Page194of209 the Specifications, complete for the unit price. Pavement removal and replacement is not to be included in this work. All recycled water mains shall be thoroughly flushed prior to disinfection. 306-9.4 Bends, Tees, Adapters, Saddles, Reducers and Flange Gaskets for PVC Pressure Pipe. Installation of all bends, tees, adapters, saddles, reducers and flange gaskets for PVC Pressure Pipe shall conform in all respects to Part Ill, Installation, Section A of the Carlsbad Municipal Water District Rules and Regulations for Construction of Potable Water Mains, latest edition, with regard to the potable water system and to Part II, Public Water System Supplemental Standard Specifications, Carlsbad Mu- nicipal Water District Reclamation Rules and Regulations for Construction of Reclaimed’ Water Mains, latest edition for the recycled water system. Add the following: 306-9.4.1 Measurement and Payment. Measurement for payment for construction of recycled wa- ter service connections of the sizes shown on the Plans, will be based upon the actual quantity, each, of such complete service connection furnished and installed, all in accordance with the requirements of the Contract Documents. Payment for furnishing and installing recycled water service connections will be made at the unit price, each, named in the Bid Schedule, which price shall constitute full compensation for each complete water service connection installation. City forces shall provide and set water meter and pay applicable fees. 306-9.5 Testing and Disinfection of PVC Pressure Pipe. All testing and disinfection of potable and recycled water mains shall wnform in ail respects to Part IV, Section A and Section B, of the Catis- bad Municipal Water District Rules and Regulations for Construction of Public Potable Water Mains, iat- est edition and AWWA C200 for steel pipe and C900 for PVC pipe. All domestic and recycled water mains shall be thoroughly flushed prior to disinfection. 306-l 1 APPURTENANCES FOR PRESSURE PIPE 306-l 1 .l General. This section pertains to the installation of all appurtenances for a complete and operable underground pressurized’C900 PVC pipe potable and recycled water system. 306-l 1.2 Valves. Installation of all valves for potable water mains shall conform in all respects to Part Ill, Public Water System Supplemental Standard Specifications, Installation of the Car&bad Munici- pal Water District Rules and Regulations for Construction of Potable Water Mains, latest edition and the District Standard and Drawings. Installation of all valves for recycled water mains shall conform in ail respects to Part II, Public Water System Supplemental Standard Specifications, Installation of the Carlsbad Municipal Water District Rec- lamation Rules and Regulations for Construction of Reclaimed Water Mains, latest edition. 306-119.1 Valves. Measurement for payment for construction of valves on water main of the sizes shown on the Plans, will be based upon the actual quantity, each, of such assembly furnished and in- stalled, all in accordance with the requirements of the Contract Documents. Payment for furnishing and installing valves on water main will be made at the unit price, each, named in the Bid Schedule, which price shall. constitute full compensation for each complete and operable valve installation. 306-l 1.3 Appurtenances. The installation of ail fire hydrants, air release and vacuum relief valves, manual air release valves, blow-offs and other appurtenances for Cartsbad Municipal Water Dis- trict potable water mains shall conform in all respects to the Carfsbad Municipal Water District Rules and Regulations for Construction of Public Potable Water Mains, latest edition, and the District Standard Drawings. 9/l l/O0 Contract No. 3551 Pegel95of209 The installation of all air release and vacuum relief valves, manual air release valves, blow-offs and other appurtenances for Carlsbad Municipal Water District recycled water mains shall conform in all respects to Part II, Public Water System Supplemental Standard Specifications, Materials, Section C of the Cans- ’ bad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Wate. Mains, latest edition and the District Standard Drawings. 306-l 1.3.2 Air Release and Vacuum Relief Valve Assembly. Measurement for payment for wn- struction of air release and vacuum relief assembly on water main of the sizes shown on the Plans, will be based upon the actual quantity, each, of such assembly furnished and installed, all in accordance with the requirements of the Contract Documents. Payment for furnishing and installing air release and vacuum relief assembly on water main will be made at the unit price, each, named in the Bid Schedule, which price shall constitute full compensation for each complete and operable air release and vacuum relief assembly installation including seal for open- ing in casing. 306-11.4 Water Service. The installation of the water service shall be completed in accordance with the Carlsbad Municipal Water District Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, latest edition and the District Standard Drawings. Coordination will need to be made with the District for the installation of the water meter. Payment for furnishing and installing water service connection assembly and tie-in to existing reclaimed water line will be made at the contract unit price, each, named in the Bid Schedule, which price shall constitute full compensation for each complete and operable water service installation. 3064 1.5 Expansion Fitting Vault. The installation of the expansion fitting vault and its wmpo- nents shall conform in all respects to the Carl&ad Municipal Water District Reclamation Rules and Regulations for Construction of Potable and Reclaimed Water Mains, latest edition, District Materials list and Construction Plan details. Add the following: 306-l 1.5.1 Measurement and Payment. No measurement shall be made for this item. Payment for construction of the expansion ftiing and appurtenant piping at the location shown on the Plans and as described in the details will be made at the lump sum price named in the bid Schedule C and D which shall constitute full compensation for the complete work including pipe supports, steel cas- ing under approach slab, and any appurtenant work shown on the Plans, called for in the Specifications, or required to complete expansion fitting and appurtenant piping for the lump sum price. Add the following section: 30642 STEEL PIPE 30642.1 Welded Steel Pipe for Potable and Recycled Water Mains. The fabrication and instal- lation of all welded steel pipe for potable and recycled water mains in Bid Schedules C and D shall con- form in all respects to the City of Car&bad Standard Specifications and Drawings for the Constiction of Public Potable Water Mains, latest edition. 30642.2 Field Joints. All field joints for lap-welded slip joints or single-butt weld joints shall con- form to AWWA C205 for cement mortar lined pipes. 30642.3 Welded Joints. All welded joints shall conform to the City of Carlsbad Standard Specifications and Drawings for the Construction of Public Potable Water Mains, latest edition, and AWWA C206 Sec. 4, ‘Requirements”. 9/l 1 /oo Contract No. 3551 PagelsSof209 306-12.3.1 Measurement and Payment. Measurement and Payment for welded steel pipe for potable and recycled water mains will be made at the unit price per linear foot named in Bid Schedules C and D, which price shall constitute full compensation for furnishing and placing such pipe including, but not limited to, pipe, welding of slip joints or butt joints, and other miscellaneous welding, casing spacers, swabbing of cement mixture into interior pipe joints, preparing and coating areas effected by welding, final coating of pipe exterior, testing, flushing and disinfection and any appurtenant work as shown on the Plans or called for in the specifications, complete for the unit price. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION Modify as follows: Section 209, ‘Signals, Lighting and Electrical Systems” herein, shall replace Section ” 307-3, “Electrical Components”, of the SSPWC in all matters pertaining to the specifications for meas- urement, payment, warranty, and methods of construction for all elements of street lighting and traffic signals. SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION . . 3089 EARTHWORK AND TOPSOIL PLACEMENT 3083.3.2 Fertilization and Conditioning Procedures. Add the following: The Contractor shall culti- vate the surface of all areas to be planted by discing, ripping or scarifying the finish grade. After cultiva- tion 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 ail planting areas, , to a depth of 300 mm (12”). . 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 cultiva- tion depths are designated as the root area. Backfill for planting pits shall conform to the requirements of section 3084.5. 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 30&2.3.2(C) from each median planter and at least one test per 150 m (500’) from each parkway 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 properties shown in Tables 308-2.3.2(B) 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 require- ments of Table 308-2.3.2(C). If adjustments are necessary the soil shall be tested by the Contractor af- ter such adjustments for each soil property listed in Table 308-2.3.2(B) and 308-2.3.2(C) to determine that the adjustments to the soil made by the Contractor result in soil properties within the acceptable range. The Contractor shall adjust the soil properties and show acceptable ranges prior to any planting . Prior to the start of any planting the surface and mot area shall be evenly and thoroughly moistened to no less than 75 percent of field capacity. The Contractor shall certii, 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 . TABLE 308-2.3.2(A) r Soil Amendment Agricultural Gypsum SOIL AMENDMENTS I Metric Application Rate Approx. U.S. Application Rate 1 500 g per square meter 100 ibs. per 1,000 square feet 9/l 1 /OO Contract No. 3551 Page 197of209 Iron Sulfate 50 g per square meter 10 Ibs. per 1,000 square feet Calcium Carbonate Lime 500 g per square meter 100 Ibs. per 1,000 square feet Organic Soil Amendment 0.04115 cubic meters per square 5 cubic yards per 1,000 square meter (average depth 41 mm) feet (average depth 1 “/,“) TABLE 308-2.3.2(B) SOIL PROPERT@ Soil Property Acceptable Range Test Method Repeatability Range of Test PH 6.5 to 7.3 Saturation Paste pH kO.1 pH Dissolved Salts < 4.0 dS m” Saturation Paste Solu- * 7% (EC,) ble Salts Liquid Limit N/A to 30 ASTM D 423 *2 Plasticity Index NP to 10 ASTM D 424 *2 TABLE 308-2.3.2(C) SOIL PARTKLE GRADATION , Sieve Size Percent Passing 19 mm (V,“) 100 9.5 mm (“I,-) 95 - 100 4.75 mm (No. 4) 60-85 1.89 mm (No. 10) 40-75 475 pm (No. 40) 35-70 75 (No. 200) pm 30 - 70 For areas to receive planting of all types, , the Contractor shall amend the prepared soil by blending 200 g of 7-7-7 fertilizer per square meter (40 Ibs. 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 1246 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. 3084 PLANTING 3084.1 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 pray tice and as approved by the Engineer. No planting shall be done in any area until it has been satisfacto- rily 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 be- fore planting operations begin. For pit planted vegetation when the soil moisture level is found to be in- sufficient 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 spet%ed 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 ser- vices and temporary and/or permanent irrigation to all planted and hydroseeded areas so that the planted and hydroseeded vegetation is 100 percent healthy and thriving prior to, and throughout the, landscape maintenance period. 3084.2 Protectlon and Storage. Add the following: The Contractor shall submit a sheltered and se- cure location for on-site plant storage area for the Engineers approval prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. Ail rejected plants shall be removed from the site immediately. w Es 9/l 1106 Contract No. 3551 Pa9e 198of209 3084.3 Layout and Plant Location. Modify as follows: Planting areas shall be staked by the Contrac- tor and the Contractor shall obtain the Engineers approval of the planting layout before planting opera- tions begin. 3084.5 Tree and Shrub Planting. Add the following: The Contractor shall amend the backfill for plant- ing holes to a thoroughly blended mixture of clean loamy soil meeting the requirements of Tables 308- 2.3.2(B) and 308-2.3.2(C) and then blend the amendments listed in Table 3084.5(A) into the backfill for planting holes. TABLE 3084.5(A) BACKFILL AND AMEhm :OR TR@ AND SHRUB PLANTING I Soil Amendment Metric Application Rate Approx. U.S. Application Rate icultural Gypsum Agr Iron Sulfate Calcirlrn Carbanal 1 18 kg per cubic meter 1 600 g per cubic meter 1 30 tbs. per cubic yard 1 1 lb. per cubic yard _... --.--_-- te Lime 6 kg per cubic meter 10 tbs. per cubic yard Organic Soil Amendment 0.67 cubic meters per cubic meter z/X 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 titer container 2 per 5 gal. container L I Plan ‘tina Tablets ’ 1 1 per each 50 mm width of each box- 1 1 per each 2” width of each box- 1 1 size container 1 size container ’ Planting tablet requirements are not cumulative and apply to the size container indicated Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to com- pensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts over 19 mm (%“) shall be painted with an approved tree wound paint. Add the following section: 3084.51 Root Barriers. Root barriers shall conform to section 212-1.8, Root Barriers. The Contractor shall install root barriers continuously at the edges of all median planter areas. The top of the root bar- rier shall be 25 mm (1”) below the finish grade of the planted area. The bottom of the root barrier shall be installed 520 mm (2OW’)below the finish grade of the planted area. Install as indicated on the plans, eliminating .any breaks in the barrier by providing at least 150 mm (6”) of overlap at splices or damaged areas. Splices and repair patches shall be stitched to the root barrier material by a running stitch of no less ,than 6 2 1 stitches per 25 mm (1”). 3084.8 Plant Staking and Guying. Add the following: The Contractor shall install all boxed trees par drawings L-l and L-2 of the San Diego Regional Standard Drawings unless details shown on the project plans differ therefrom. 3084 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 un- der 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 (lo’) minimum horizontal separation Contract No. 3551 Page199of209 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”) betweer the reclaimed and potable water lines. Conventional (white) PVC pipe Schedule 40 may be used for sleeving material if it is taped along its entire length with 75 mm (3”) wide purple warning tape which reads “Caution Reclaimed Water”. For trenching through areas where topsoil has been spread, the Contractor shall deposit topsoil on one side of trench and subsoil on opposite side. Subsoil shall be free of all rocks 13 mm (W) in diameter or larger, debris, and litter, prior to use as backfill. The Contractor shall repair any leaks and replace all de- fective pipe or fittings until lines meet test requirements. The Contractor shall not cover.any lines until they have been inspected and approved by the Engineer for tightness, quality of workmanship, and ma- terials. The Contractor shall not be backfill trenches until all required tests and observations are per- formed. 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 in- spection during testing. Plastic-to-plastic joints shall be solvent-welded, using only solvent recommended by pipe manufacturer. Add the following section: * 308-5.2.6 Installation of Brass Pipe. The Contractor shall cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. The Contractor shall ream and remove rough edges or burrs on all pipe so that smooth and unobstructed flow is obtained, place Teflon tape, Teflon dope, or approved equal on male threads only, and tighten to prevent any leakage. The Contractor shall tighten screwed joints with tongs or wrenches. Caulking is not permitted. Add the following section: 308-5.3.1 Valves. Add the following: The Contractor shall install each control valve in a separate valve box with a minimum of 300 mm (12”) separation between valves and 150 mm (6”) from any fixed object or structure. Add the following section 308-5.3.2 Valve Boxes. The Contractor shall install no more than one valve per box. All boxes are to be marked as to the type of valve. Remote control valve boxes shall also indicate control station number. Add the following section: 308-5.3.3 Backflow Preventer. The Contractor shall install backflow preventer assembly in accordance with manufacturer’s specifications and as directed on drawings. Exact location and positioning shall be verified on the site by the Engineer. 308-5.4.4 Sprinkler Head Adjustment. Add the following: The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent overspray onto walks, roadways buildings, walls, and other structures. 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 9/l 1 /oo Contract No. 3551 Page200of209 1996 National Electrical Code. The Contractor shall provide no less than one control wire and one wm- mon ground &ire 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: The Contractor shall maintain said areas for period of no less than 120 calendar days or until final acceptance of the project, whichever is the greater. . The Contractor shall provide complete land- scape 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 ma- terials 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 Con- tractor shall furnish sufficient workers and equipment on a daily basis to perform the work required by this section. Any day when the Contractor fails to adequately carry out specified maintenance work, as deter- mined necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas, which are damaged by construction, shall be repaired by the Contractor within twenty (20) days fol- lowing completion of construction in such. The Contractor shall repair such damaged areas. The repair shall consist of bringing the damaged area back to final grade, preparing the soil, replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant estab- lishment. 1 Add the following: 3086.1 Payment. Payment for Maintenance and Plant establishment work shall be made in the Lump Sum amount stipulated for the contract Bid Item, “Plant Establishment”. Payment shall be made in amounts of $2,000 per calendar month that work is performed up to a maximum of four months and in accordance with Section 308-6 and to the satisfaction of the Engineer. 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 ba the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings. The Contractor shall submit written vegetation, planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee form shall be ra- typed on the Contractor’s letterhead and contain the follting verbiage: ‘Guarantee kr Visgetation, Planting and lm’gation System For (Pmject Name) We hereby guarantee that the vegetation, planting and imgation system we have furnished and installed for (pmject name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specitkations. We agree to repair or replace any defect in vegeta- tion, material or workmanship, including that due to o&nary wear and tear, which may develop during 9/l l/O0 Contract No. 3551 Page201 of209 the periods specified in section 308-7 of the Standard Specitlcations 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 rep/ace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. . This guarantee does not extend to ufiusual abuse or neglect that may occur subsequent to the date of complefion of the Work or termination of any maintenance period, whichever is the later. We shall make such mpairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time affer receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. Pmject: (Pfvject 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 Contmctor authorized to bind the Contractor in legal matters) Title: (Of said officer(s)) Signature(s) Date of Execution.* Add the following section: 3Cl8-7.1 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-pressur lines and appurtenances. The Contractor shall accurately- record, on a daily basis, on one set of blue line prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and nonpressure line. The Contractor shall post information on record drawings no later than the next working day after the work is installed. The Contractor shall record changes and dimensions in a legible and professional manner. When the drawings are approved by the Engineer the Contractor shall transfer all information to a set of reproducible photo mylar drawings. Items required to be shown shall be dimensioned by the Contractor from two permanent points of reference (buildings, monuments, sidewalks, curbs, and pavement). The accuracy of location of all items to be shown on the drawings shall be 160 mm (6”) in both the vertical and horizontal planes. All text and numerals placed on drawings shall be 0.30 mm (I/*“) in size. Facilities and items to be located in their horizontal and vertical positions and shown on the record drawings include all: a) Point(s) of connection, for water and electrical services b) Routing of irrigation pressure mainlines c) Backflow preventers d) Bali, gate and check valves e) Irrigation control valves. 9 Quick coupler valves g) Routing of service wires h) Routing of control wires i) Electrical service 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. Tha Contractor shall make all changes to reproducible drawings in waterproof black ink (no ball point pan). Changes in dimensions shall be recorded in a legible and prafessional manner. Reaxd const~ction 9/l l/00 Contract No. 3551 P8fJe202 of209 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 blue-line 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 door will 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 sta- tion. 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 ob- tain 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 descriptive material in complete detail and sufficient quantity, properly prepared in four individual bound copies. The descriptive material shall describe the material installed in sufficient detail to permit qualified operating personnel to understand, operate, and maintain all equipment. The Contractor shall include spare parts list and related manufacturer information for each equipment item installed. Each manual shall include the following: a) Index sheet stating Contractor’s address and telephone number. b) Duration of Guarantee period. c) List of equipment, with names and addresses of manufacturer’s local representative. d) Complete operating and maintenance instructions on all major equipment. e) In addition to the maintenance manuals, the Contractor shall provide the agency maintenance per- sonnel with instructions for major equipment, and show written evidence to the Engineer at the con- clusion of the work that this service has been rendered. Add the following section: 308-7.4 Check List. The Contractor shall complete and forward signed and dated checklist to the Engi- neer 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 char& completed (received by, and date) 9 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) 0 Manufacturer warranties (received by, and date) j) Written guarantee by Contractor (received by, and date) 308-8 MEASUREMENT AND PAYMENT Add the following: lhe 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 perfon- ing all work necessary to complete, maintain, and guarantee 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 irriga- 9/l 1 /oo Contract No. 3551 Pme 203 of 209 tion and permanent irrigation, including reduced-pressure back-flow preventer, ball valves, drip valve assembly, eiectric control valves, quick couplers, control wires, pull boxes, valve boxes, all piping and sleeves, electrical conduits, irrigation heads, drip emitters, bubblers, drip irrigation equipment, connec tion 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 mainte- nance manuals and all appurtenances to the aforementioned items. SECTION 310 - PAINTING 3104 PAINTING VARIOUS SURFACES 3104.6 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 necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other des- ignated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic strip ing or markings on pavement shall not exceed variations from a unifom, plane more than 3 mm (‘/,,“) in 3 m (10’) when measured parallel to the centerline of the street or more than 6 mm (‘/,“) in 3 m (10’) when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, in dentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all re- quirements of the air pollution control district having jurisdiction, 31046.6 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 immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint; light emulsion oil or any other masking method other than a minimum 30mm (0.10’) thick asphalt concrete overlay is not permitted. 3106.6.7 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 sunreying 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 1OOm (l/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 1OOmm (l/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. 9/l l/O0 Contract No. 3551 Page4204ofzo9 31 O-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall ap- ply 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 speci- fications shall be included in the lump-sum price bid for Traffic Striping, Signing and Reflective Pavement Markers, and no additional compensation will be allowed therefor. Reapplication of temporary stripes and markings shall be repainted at the Contractor’s expense, and no additional compensation will be al- lowed therefor. The lump sum prices bid and shall include all labor, tools, equipment, materials, and in- cidentals for doing all work in installing the final and temporary traffic striping. Add the following section: 310-5.6.11 Preformed Thermoplastic Pavement Markings. ‘For asphalt wncrete pavement the Contractor shall be apply preformed thermoplastic pavement mark- ings using the propane torch method recommended by the. manufacturer. The preformed thermoplastic pavement markings shall not be applied at ambient and road temperatures below 0” C (32” F). The Contractor shall clean, dry and remove all debris from the pavement before applying preformed thermo- plastic pavement markings. The Contractor shall use the same application procedure on portland ce- ment concrete pavement as described for asphalt concrete pavement. However, at the Contractor’s op tion a compatible primer sealer may be applied before application to assure proper adhesion. Add the following: 31 o-s.7 Painting and Coating of Water Piping, Casing, and Appurtenances. 31047.1 General. The Contractor shall paint all exposed steelwork, exposed pipework, fit- tings and all mechanical equipment with this coating system. All metalwork previously given a shop prime coat approved by the Owner‘s Representative shall be touched up as required in the field with Tnemec Series 4 Versare Primer or equal. The Preparation and coating systems indicated below shall be used on the interior as well as the exterior of the suspended and buried casings. 31 O-5.7.2 Surface Preparation. All exterior metal surfaces which are to be painted shall be commercial blast cleaned per Specification SP-6 (commercial blast cleaning) except as otherwise speci- fied, in locations where sandblasting would damage previously coated surfaces and installed equipment, and in locations where dry sandblasting is prohibited. The above locations in which SP-6 commercial sandblasting is not possible shall be given a SP-3 power tool cleaning. This sandblasting shall be done not more than 8 hours ahead of the painting, subject to humidity and weather conditions between the time of sandblasting and painting operations. If any rusting or diswloration of sandblasted surfaces 00 curs before painting, such rusting or diswloration shall be removed by additional sandblasting. Sand- blasted surfaces shall not be left overnight before painting. 31 o-5.7.3 Coating. (Tnemec Alternate): Prime coat or spot prime coat as required shall be Tnemec Series 4 Versare primer applied to a dry-film thickness of 2 to 3.5 mils. Two or more finish coats of Tnemec Series 2H Tneme-Gloss enamel shall be applied to a thickness of 1.5 to 3.5 mils. Total dry-film thickness of the complete system shall be 7 mils, minimum. Coating (Devoe Alternate): Prime coat or spot prime as required shall be 4140 Q.D. Alkyd Primer. Two or more finish coats of Devshield 4328 Alkyd applied to a dry-film thickness of 1.5 to 2 mils, each. Total dry-film thickness of the complete system shall be 5 mils, minimum. Final exterior wlors shall be approved by the District. 9/l 1 /oo Contract No. 3561 Page 205 of 209 31 o-5.7.4 Measurement and Payment. No measurement shall be made for this work. Payment for coating all exposed steelwork, exposed pipework, fittings, all mechanical equipment sha. be included in the bid item which incorporates the element requiring coating. No separate payment shall be made for coatings. Add the following section: 31 O-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traf- fic 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 price bid for Traffic Striping, Signing and Reflective Pavement Markers and payment therefor 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, wmplete.in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-l 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 wncrete pavement course on which the pavement markers are to be placed. Add the following section: 312-l .l Reflective Channeiizer Piac8ment 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 unifonly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall per- form all layout work necessary to place the channelizers to the proper alignment. If the channeliiers are displaced or fail to remain in an upright position, from any cause, the channeliiers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channeliiers are re- moved the pavement surface shall be restored to the same wlor and surface finish as the adjacent pavement. Add the following section: SECTION 313 - Temporary Traf- fic Control Devices 313-l TEMPORARY TRAFFIC PAVEMENT MARKERS 313-I .l General. The Contractor shall supply and install temporary trafFic pavement markers, channel- izers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans 9/l l/O0 Contract No. 3551 i%ge206of209 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 traf- fic. ,, 313-l .2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer’s instructions. Temporary reflective raised pavement mark- ers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except ep oxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the tem- porary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section .312 “Pavement Marker Placement and Removal”, except the 14day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-l “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. 313-l .3 Channeiizers. 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 wlor. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The re- flective 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 wr- rected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as pro- vided for cementing pavement markers to pavement in section 312-l. “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engi- neer with a Certiiwte of Compliance in accordance with the provisions of section 4-1.5, “Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. 3133 TEMPORARY TRAFFIC SIGNING 3139.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. 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 grafftti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being dis- covered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS 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 wshions 9/l 1 /oo Contract No. 3551 Page 207 of 209 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 tc the provisions in sections 21 O-l .5 “Paint Systems” and 310 “Painting”. Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or diswloration mar the appearance of said units when ordered by the Engineer after the units are in place. 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 manu- facture Temporary railing (Type K) shall conform to the provisions in sections 201-1, ‘Portland Cement Concrete” and 303-l “Concrete Structures”.” Load tickets and a Certificate of Compliance will not be re- quired. Reinforcing steel shall conform to the provisions sections 201-1, ‘Portland Cement Concrete” and 303-l ‘Concrete Structures”. Steel bars to receive bolts at ends of wncrete panels shall conform to ASTM Designation: A 38/A 38M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3”) diameter by 9 mm (3/e”) thick plate welded on the upper end with a 5-mm (‘/,,“) 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 wm- pound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. 313-3.1.3 installation of Temporary Railing. In addition to the requirements herein the temporary rail- ing (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. Reflec- tors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the r8- quirements of the CALTRANS Traffic Manual shall also be installed at each end of railing installed adja- cent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one- way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall wnfom\ 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 pm- vious condition, or constructed to its planned condition. 3134.2 Temporary Sand-Filled Crash Cushions. T8mpomy sand-filled crash cushion units shall be ‘Energite Ill” manufactured by Energy Absorption Systems, “Fitch inertial Barrier System Modules’ manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suit- ability to application, operational characteristics, durability and other such characteristics that the Engi- neer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array con- figurations shown on plans, and installed at every end of, or gap in, the temporary railing (Typ8 K) when- ever 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 9/l l/O0 Contract No. 3551 Page206of209 dard Drawings Tl and T2 for approach speeds no less than the posted speed of the street prior to con- struction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be ap- propriate to the application as shown on said standard drawings. A Type J and/or P marker panel con- forming to the requirements of the CALTRANS Traffic Manual shall also be installed at each TSFCC ar- ray as shown in CALTRANS Standard Drawings Tl and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the ele- vation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of ap- proach to the TSCFF array shall be graded such that any vehicle diverging from the traveled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it de- parted from. 3134 MEASUREMENT AND PAYMENT Temporary traffic pavement markers, temporary channelizers, temporary signing, flashing arrow signs, temporary loop detectors, temporary railing (type K), temporary crash cushions and temporary appurte- nances thereto shown on the plans or required in the specifications are a part of the lump-sum item for Traffic Control System and payment therefor shall include full compensation for furnishing all labor, ma- terials, 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), tempo- rary traffic screen, 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, paint- ing 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 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. 9/l 1 /oo Contract No. 3551 Page209of209 APPENDIX ‘A SAMPLE NCTD RIGHT OF ENTRY PERMIT COASTAL DEVELOPMENT PERMIT PUC AUTHORIZATION TO CONSTRUCT - - Please note that all Appendix sections are available in HARD COPY ONLY - - 4/3/00 Contract No. 3551 MP 233.70 RIGHT OF ENTRY PERMIT 99SD10 Poinsettia Lane Widening _- AGREEMENT, made as of this day of , between the NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BdARD (hereinafter called “BOARD”), and (hereinafter called “PERMITTEE”). RECITALS A. BOARD is a public agency created by Sections 125000 et seq. of the Public Utilities * Code. BOARD is the owner of certain railroad right-of-way assets extending from Oceanside to San Diego and from Oceanside to Escondido (hereinafter referred to as the “ROW”). The ROW is in active use for the operation of freight trains (by the Burlington Northern Santa Fe Railway Company [hereinafter “BNSF’]), intercity passenger trains (by the National Railroad Passenger Corporation [hereinafter “AMTRAK”]) and commuter trains (by BOARD). Due to this active use of the ROW, safety of the public and the aforesaid rail operators and the structural and physical integrity of the ROW (including the air space over the ROW) are of paramount concern to BOARD. B. PERMITTEE desires to enter onto and/or use a portion of the ROW in a manner which does not interfere with the BOARD’s operations, including response to emergencies and routine maintenance, or the safe use of the ROW by BOARD and other rail entities. BOARD is willing to allow PERMIITEE to enter onto and/or use a portion of the ROW, provided that PERMITTEE acts in strict accordance with this Permit. Now, therefore, the BOARD and PERMITTEE agree as follows: 1. Grant of Permit. a) Grant and Pavment of Fee. In consideration of the payment by PE RMITI’EE to BOARD, in advance, a non-refundable fee of five hundred dollars ($500.00) plus a deposit of eighty thousand dollars ($8O,ooO) pursuant to Paragraph 12.b, both payable to NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD, as partial consideration for the rights and privileges mentioned in this Permit and of the faithful performance of the covenants and agreements herein set for to be performed by PERMITTEE, BOARD hereby Permits PERMITTEE to enter upon BOARD property solely for the limited purpose stated in Paragraph lb), below. b) Pumose of Permit. The Permit granted by BOARD to PERMITTEE pursuant to Paragraph la), above, and in accordance with the terms of this Permit Agreement, is for the purpose of: construction of the Poinsettia Lane Overhead Widening project for the City of Carlsbad. The exact methods of construction of said project shall be subject to the review and approval of the Board’s engineering representatives. cl It is further expressly understood and agreed by PERMI1[TEE that this instrument constitutes a Permit only to use the ROW for the above-stated purpose in strict accordance with the terms of this Permit Agreement and shall not be construed as granting to PERMITZE any right-of-possession, estate, title or interest whatsoever in or to the ROW, or any part thereof. d) Use of ROW. It is expressly understood and agreed by PERMITTEE that PERMXTEE shall use the ROW without interference or damage to the pipe lines, electric transmission lines, MP 233.70 99SDlO Poinsettia Lane Widening / telephone lines, telegraph lines and other facilities of like character, existing or constructed during the continuance of this Permit upon, under or across the ROW. PERMITTEE hereby agrees that it will indemnify and save harmless BOARD and its licensees from and against any liability for any such interference or damage. e> Liability for Title Claim. In case of the eviction of PERMITIE E by anyone owning or claiming title to, or any interest in the ROW, BOARD shall not be liable to PERMITTEE for any damage of any nature whatsoever. * 2. Termination of Permit. a> Misuse of Permit. If PERMITTEE shall use said ROW for any other purpose than as stated in Paragraph lb), above, or fails to act strictly in accordance with the terms of this Permit Agreement, then BOARD, its successors and assigns may immediately and without prior notice to PERMITTEE terminate this Permit and prevent PERMITTEE from using or remaining upon the ROW, with or without process of law. W Completion of Purpose. This Permit and the PERMITTEE S rights hereunder shall terminate automatically upon the completion of the purpose stated in Paragraph 1 b), above. 3. PERMlTI’EE’s Obliiation on Termination. PERMIITE E agrees that upon termination of this Permit pursuant to Paragraph 2, above, and at its sole expense, it shall remove any and all equipment, tools, vehicles, materials, etc., placed on the ROW and/or used in connection with PERMITTEE’s entry onto and/or use of the ROW and PERMITTEE shall restore the ROW in a manner satisfactory to BOARD. Should PERMlTIEE fail or refuse to comply with the terms of this Paragraph 3, within fifteen (15) days, with any request made by BOARD to so do, BOARD may, at its option, perform such work and, in such event, PERMITTEE agrees to reimburse BOARD for the cost so incurred within 30 days of invoice. Failure on the part of BOARD to perform the obligations of PERMITTEE shall not release PERMITTEE from liability hereunder for loss or damage occasioned thereby. 4. No Relocation Rights. PER&KITEE hereby acknowledges that it has been informed that BOARD is a public entity and that the subject property has previously been acquired by BOARD for a public purpose. PERMITTEE further acknowledges that any rights acquired under this Agreement arose after the date of acquisition of the subject property and that said rights are subject to termination when the property is needed by BOARD for the public purpose. PERMITTEE hereby acknowledges and agrees that at the time of said termination of this Permit Agreement by BOARD, PERMITTEE will not be a “displaced person” entitled to any of the relocation assistance or benefits offered to displaced persons under State or Federal law. 5. Notices. Except as otherwise provided in this Agreement, all notices, statements, demands, approvals, or other communications to be given under or pursuant to this Agreement will be in writing, addressed to the Parties at their respective addresses as provided below, and will be delivered in person, or by certified or registered mail, postage pre-paid, or by telegraph or cable, charges pre-paid. If mailed or telegraphed, the notice will be deemed to have been given 24 hours after the date of mailing or the date of delivery to the telegraph or cable company. The address of the Parties to which such notices are to be sent will be those of which the other Party - or Parties actually receive notice, and until such further notice are as follows: MP 233.70 99SDlO Poinsettia Lane Widening BOARD: North San Diego County Transit Development Board 8 10 Mission Ave. Oceanside, California 92054 Attn: ROW Liaison (760) 966-6504 PERMIITEE: 6. Continuing Obligations of PERMIITEE. No termination or cancellation of this Permit shall relieve or release PERMITTEE from any liability or obligation (whether of indemnity or otherwise) which may have attached or accrued previous to or which may be accruing at the time of such termination or cancellation. 7. PERMITTEE’s Agents. Any contractor or subcontractor performing work on, or in connection with the PERMITTEE’ s use of or entry onto the ROW pursuant to this Permit, shall be conclusively deemed to be the servant and agent of PERMITTE E, acting on behalf and within the scope of such contractor’s or subcontractor’s employment for PERMIITEE. 8. Indemnity. PERMITTEE agrees to assume the defense of, indemnify, and hold the BOARD, BNSF and AMTRAK, their officers, employees, contractors and agents harmless from and against any and all claims, liability, loss, damage, costs or expenses (including reasonable attorneys’ fees and court costs) arising from or as a result of the death or injury of any person or arising out of any accident, injury, loss or damage whatsoever (including, but not limited to, damage to the ROW) which shall occur on or adjacent to the ROW and which shall be directly or indirectly caused by any acts done thereon or any errors or omissions of PERMTITEE or its agents, servants, invitees, employees or contractors in connection with the work performed and the obligations assumed by PERMITTEE under this Permit Agreement or which results in any manner from, or in connection with the PERMITTEE s use of and/or entry onto the ROW and that it will promptly pay to BOARD the full amount of any loss or damage which BOARD may sustain, incur or become liable for, and all sums which BOARD may pay, or be compelled to pay, in settlement of any claim on account thereof. PERMITTEE shall have the full right to select competent counsel (subject to the approval of BOARD which may not be unreasonably withheld) to defend BOARD pursuant to this Paragraph. This indemnification shall specifically apply, but not be limited to, any damages, costs or injuries resulting from PE RMITTEE’s failure to properly construct and maintain any improvement constructed by PE RMI’ITEE or its agents, servants, invitees, employees or contractors in connection with the work performed and the obligations assumed by PERMIITE E under this Permit Agreement. PE RMITTEE shall not be responsible for (and such indemnity shall not apply to) any injuries or damages which are caused by the sole negligence, active negligence or the willful misconduct of the BOARD or its respective officers, employees, contractors and agents. PERMITTEE shall pay all the costs incident to such defense, including, but not limited to, attorneys’ fees, investigators’ fees, Page 3 1/27r2001 MP 233.70 99SD IO Poinsettia Lane Widening .- litigation expenses, settlement payments, and amounts paid in satisfaction of judgments. Any and all lawsuits or administrative actions brought or threatened on any theory of relief available at law, in equity or under the rules of any administrative agency, shall be covered by this section, including but not limited to the theories of intentional misconduct, negligence, breach of statute or ordinance or upon any theory created by statute or ordinance, State or Federal. NOTE: The requirements as to the types and limits of insurance coverage to be maintained by PERMITTEE as required by Paragraph 9, below, and any approval of said insurance by BOARD, are not intended to and shall not in any manner limit or qualify the liabilities and * obligations otherwise assumed by PEBMPITEE pursuant to this agreement, including but not limited to the provisions concerning indemnification. 9. Liability Insurance. 4 PERMITTEE, at PERMITTEE’ s sole cost and expense, shall procure and maintain the following commercial general liability and automobile liability insurance: 1) Coverage. Coverage for commercial general liability and automobile liability insurance shall be at least as broad as the following: 2) - 3) 0) Insurance Services Office Commercial General Liability Coverage (Occurrence Form CG 0001). (ii) Insurance Services Office Automobile Liability Coverage (Form CA OOOl), covering Symbol 1 (any auto). PERMKTEE Limits. shall maintain limits no less than the following: (9 General Liability. Ten million dollars ($lO,OOO,OOO) per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply to the ROW (with the IS0 CG 2503, or IS0 CG 2504, or insurer’s equivalent endorsement provided to BOARD) or the general aggregate limit shall be twice the required occurrence limit. (ii) Automobile Liability. One million dollars ($l,OOO,OOO) for bodily injury and property damage each accident limit. Reauired Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain the following provisions: (0 BOARD, its directors, officers, employees, contractors, agents or authorized volunteers are to be named as additional insureds as respects liability arising out of PERMI’ITEE’s operations and activities or automobiles owned, leased, hired or borrowed by PERMITIEE. The coverage shall contain no special limitations on the scope of protection afforded to BOARD, its directors, officers, employees, agents’or authoxized volunteers. (ii) For any claims arising from PERMITTEE’s operations or activities, PEms insurance shall be primary insurance to BOARD, its directors, officers, employees, contractors, agents or authorized volunteers. Any insurance, self-insurance or other coverage maintained by BOARD, its directors, officers, employees, agents or authorized volunteers shall not contribute to it. (iii) Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to BOARD, its directors, officers, employees, contractors, agents or authorized volunteers. ;- MP 233.70 (iv) (v> 04 (vii) (viii) (ix> (xl (xi) 99SDlO Poinsettia Lane Widening PERMITTEE’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. Each insurance policy required by this clause shall state or be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days (10 days for non-payment of premium) prior written notice by U.S. mail has been given to BOARD. Such liability insurance shall indemnify against loss from liability imposed by law for damages on account of bodily injury (including death), property damage, and personal injury. The general liability policy shall cover bodily injury and property damage liability, owned and non-owned equipment, and blanket contractual liability. The automobile liability policy shall cover all owned, non-owned, and hired automobiles. All policy or endorsement limitations relating specifically to operations on or near railroad property or track shall be eliminated. All of the insurance shall be provided on policy forms and through companies reasonably satisfactory to BOARD. Acceptabilitv of Insurers. Insurance is to be placed with insurers having a current A.M. Best rating of no less than A-, VII or equivalent or as otherwise approved by BOARD. 4) Workers’ Comnensation and Employer’s Liability Insurance. PERMITTEE shall cover or insure under the applicable laws relating to workers’ compensation insurance, all of their employees working on or about the ROW, all in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the Labor Code of the State of California and any Acts amendatory thereof. Pm shall provide employers liability insurance in the amount of, at least, $l,OOO,OOO per accident for bodily injury and disease. 5) Evidences and Cancellation of Insurance. Prior to execution of the permit, PERMITTEE shall file with BOARD a certificate of insurance signed by the insurer’s representative. Such evidence shall also include confirmation that coverage includes or has been modified to include Required Provisions as set forth in Article 9.3) above. PERMITTEE shall, upon the reasonable demand of BOARD, deliver to BOARD such policy or policies of insurance. 6) Workers’ Comoensation Insurance. By his/her signature hereunder, PERMITTEE certifies - that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self- insurance in accordance with the provisions of that code, and it will comply with such provisions in connection with any work performed on the Site. Any persons providing services with or on behalf of PERMIITE E shall be covered by workers’ compensation (or qualified self-insurance). 10. Maintenance of Improvements. PERMITIE E shall maintain and repair all improvements except (1) as the BOARD shall elect by written notice to PERMITTEE or (2) as otherwise provided pursuant to any other written agreement between BOARD and PERMITTEE. In meeting its responsibilities pursuant to this Paragraph PE RMITTEE shall not obstruct any public rights of way adjacent to the ROW. BOARD and/or its agents shall have the right to inspect the improvements on the ROW during normal business hours subject to reasonable notice to PERMITTEE. MP 233.70 99SDIO Poinsettia Lane Widening .--. 11. Compliance With Rail Regulations. PERMITTEE, by its signature on this Permit Agreement agrees to abide by the rules and regulations of the San Diego Northern Railway at all times while on the ROW. Said rules and regulations include, but are not limited to, the wearing of hard hats, protective goggles, reflective vests and steel-toed (or equivalent) shoes at all times while working on the BOARD’s property. 12. Additional Conditions Relating To Construction of Improvements. The following conditions shall apply to any construction, maintenance and/or works of improvement done by , PERMITTEE pursuant to its rights under this Permit Agreement (hereinafter called the “work”): a) PERMITTEE agrees that no work by itself or its authorized agent will interfere with any railroad operations on the ROW. b) PERMlTTEE shall reimburse BOARD for all cost and expense incurred by BOARD (including a 7.2% administrative fee) in connection with said work including, but without limitation, consultants fees, markout of railroad facilities, the expense of furnishing inspectors, security and flag protection as BOARD deems necessary, the installation and removal of false work beneath tracks, equipment rentals and restoration of BOARD ROW to the same condition as when PERMITTEE entered thereon. cl All individuals, including representatives and employees of the City, the Pm and any subcontractor, before entering onto the BOARD’s property shall first attend the BOARD’s Safety Orientation Class. All costs of complying with the BOARD’s safety requirements will be at the expense of the PERMDTEE. 4 Delay/Cancellation of Trains. PERMJTTEE shall pay all costs associated with the delay or cancellation of trains due to failure to maintain at least one track open through the job site at all times. Delay charges are estimated to be $2,000 per passenger train delayed over 30 minutes and may include the cost of busing passengers around the work area, if necessary. e) All work contemplated by this Permit shall be in accordance with plans and specifications approved by the BOARD (and as altered pursuant to Paragraph 12m) and all applicable local, state and federal regulations, including California PUC regulations. 9 Board Contacts. Contact Chip Willett at (760) 966-6504 (810 Mission Ave., Oceanside, CA 92054) at least 3 days prior to the start of any work on the Right of Way for scheduling a pre-construction meeting. @ Markout of BOARD Facilities. PERMITTEE shall contact Mr. Jonathan Chapman of BOARD at (760) 966-6514 prior to the start of any construction work for a markout of BOARD facilities. Please be advised that BOARD is not a member of Dig Alert. h) DIG-ALERT. Contact Dig-Alert at (800) 422-4133 prior to any excavation in the ROW. 0 MCI/MFS/Worldcom Contact. Contact MCI Telecommunications Corporation at (888) 258-0808 prior to any excavation in the ROW. j) Flag Protection. Flag Protection shall be required when PERMITTEE’ s operations on or adjacent to the Railroad ROW present a danger to BOARD’s rail facilities. BOARD shall determine the need for Flag Protection in its sole discretion. Prior to entry onto the R/W, PERMITTEE shall complete the “Flag Protection ROW Work Request” form. PERMITTEE agrees to execute time cards as required by BOARD personnel providing Flag Protection services. ‘Page 6 IR7mo1 MP 233.70 99SDIO Poinsettia Lane Widening ,- - W PERMITTEE’s Oblipations to Construct Imorovements. PERMI’ITEE shall: 1) Comply with all requirements and conditions imposed by a public entity having jurisdiction over the work and all building permits, and any amendments thereto. 2) Complete, at PE RMITTEE’s own expense, all the public improvement work required by any public entity having jurisdiction over the work. 3) Complete the work on or before , 200- unless a time extension is granted by the BOARD. 1) Inspection and Accentance. Upon completion of the work the PERMIITE E shall request a * final inspection by the BOARD. If the BOARD determines that the work has been completed in accordance with this Permit Agreement, they shall certify the completion of the improvements. No improvements shall be accepted unless all aspects of the work have been inspected and determined to have been completed in accordance with the Improvement Plans and applicable standards. PERMITTEE shall bear all costs of inspection and certification. n-0 Alteration to Imnrovement Plans. 1) Any changes, alterations or additions to the improvement plans and specifications shall be approved by BOARD. 2) The PERMITTEE shall construct the improvements in accordance with all applicable standards in effect at the time of their construction or as modified when necessary to protect the public safety or welfare or comply with applicable state or federal law or zoning ordinances. n) Iniurv to Public Imurovements, Public Propertv or Public Utility Facilities. PERMITTEE shall replace or repair all public improvements, public utilities and surveying or subdivision monuments which are destroyed or damaged as a result of any work under this Agreement. PERMITTEE shall bear the entire cost of replacement or repairs of any and all public or public utility property damaged or destroyed by reason of any work done under this Agreement, whether such property be owned by the United States or any agency thereof, or the State of California, or any agency, district or political subdivision thereof or by the BOARD or any public or private utility corporation or by any combination of such owners. Any repair or replacement shall be to the satisfaction, and subject to the approval of, the BOARD. 0) Permits. PERMITTEE shall, at PERMITTEE’ s expense, obtain all necessary permits and licenses for the construction and installation of the improvements, give all necessary notices and pay all fees and taxes required by law. 13. Default of PERMITTEE. a) Default of PERMITTEE in performance of the work shall include, but not be limited to, PERMITTEE’s failure to timely complete construction of the work; PE RMrITEE’s failure to cure any defect in the work; PERMITTEE’ s failure to perform substantial construction work for a period of 20 calendar days after commencement of the work; PERMITTEE’s insolvency, appointment of a receiver, or the filing of any petition in bankruptcy either voluntary or involuntary which PERMITTEE fails to discharge within 30 days; the commencement of a foreclosure action against the PERMITTEE’ s property used in the work or a portion thereof, or any conveyance in lieu or in avoidance of foreclosure; or the termination of this Permit Agreement pursuant to Paragraph 2, above. b) BOARD may take over the work and prosecute the same to completion, by contract or by any other method BOARD may deem advisable, for the account and at the expense of Pm, and PERMITIZ shall be liable to BOARD for any excess cost or damages MP 233.70 99SDI0 Poinsettia Lane Widening .-- occasioned thereby; and, in such event, BOARD, without liability for so doing, may take possession of, and utilize in completing the work such materials, appliances, plant and other property belonging to PE RMITTEE as may be on the site of the work and necessary for performance of the work. PERMITTEE agrees not to remove such property from the site. cl In the event that PERMITTEE fails to perform any obligation under this Paragraph 13, PERMITTEE agrees to pay all costs and expenses incurred by BOARD in obtaining performance of such obligations, including costs of suit and reasonable attorney’s fees. d) The failure of BOARD to take an enforcement action with respect to a default of any ’ provision of this Paragraph 13, or to declare a breach, shall not be construed as a waiver of that default or any subsequent default of PERMITTEE. 14. Emervency Number. PERMITTEE shall notify the Dispatcher immediately if the tracks become fouled in any way. The dispatcher’s number is (800) 500-7346 or (323) 259- 6300. 15. Modification of Agreement. This Agreement and any provision, covenant, condition, or restriction contained herein may be terminated, extended, modified, or amended with the unanimous consent of the Parties. No such termination, extension, modification or amendment will be effective until a written instrument setting forth its terms has been executed by all of the Parties. - 16. Covenant of Non-Discrimination. By its signature on this Agreement, each Party covenants for itself, and its successors and assigns, and all persons claiming under .and through them, that there shall be no discrimination or segregation of any person or group of persons on account of sex, marital status, race, color, creed, religion, national origin, or ancestry in the, sale, lease, sublease, transfer, use, occupancy, tenure or enjoyment of any portion of the ROW. 17. Miscellaneous. a) Table of Contents and Captions The captions of this Agreement are inserted only as a matter of convenience and for reference. It does not define, limit or describe the scope of intent of this Agreement, and they shall not affect the interpretation thereof. b) Agreement for Exclusive Benefit of Parties Except where expressly provided otherwise in this Agreement, the provisions of this Agreement are for the exclusive benefit of the Parties hereto and not for the benefit of any other person nor shall this Agreement be deemed to have conferred any rights, express or implied, upon any other person. Neither PERMITTEE, its heirs, legal representatives, successors or assigns, nor any subsequent assignee, shall assign this Permit or any interest herein, without first securing the written consent of BOARD in each instance, and that at the option of BOARD, this Permit shall be forfeited by any such unauthorized assignment, transfer or lease or by any assignment or transfer thereof by operation of law. cl Waiver of Default A waiver by any Party of any default by another Party must be in writing, and no such waiver shall be implied from any omission by a Party to take any action in respect of such default. No express written waiver of any default shall affect any default or cover any period of time other than the default and period of time specified in such express waiver. One or more written waivers of any default in the performance of any provision of this Agreement shall not be deemed to be a waiver of any subsequent default in the performance of the same provision or any other term or provisions contained herein. The consent or approval by MP 233.70 99SDI0 Poinsettia Lane Widening /-- a Party to or of any act or request by another Party requiring consent or approval shall not be deemed to waive or render unnecessary the consent or approval to or of any subsequent similar acts or requests. d) No Partnership, Joint Venture or PrinciDal-Agent Relationship Nothing contained in this Agreement shall be deemed or construed by the Parties hereto, or any of them, or by any third person, to create the relationship of principal and agent, or of joint venture, or of partnership between or among any of the Parties under this Agreement. e> Successors. This Agreement shall be binding upon and inure to the benefit of the Parties ’ hereto and their respective successors and assigns of the Parties. f) GoveminP Laws. This Agreement shall be construed, interpreted, governed and enforced in accordance with the laws of the State of California. 8) Consents. Except as otherwise may be provided in this Agreement, whenever a Party is requested to consent to or approve of any matter with respect to which its consent or approval is required by this Agreement, such conseAt or approval, if given, shall be given in writing. Whenever a Party is required to obtain the consent or approval of any other Party, such consent or approval shall not be unsasonably withheld and shall be given in writing within a reasonable period of time; provided however, that this provision shall not apply where the Agreement specifically states that such consent or approval may be unreasonably withheld or is subject to the sole discretion of the Party or words of similar import. h) Countemarts. This Agreement may be signed in several counterparts, each of which shall be deemed an original, and all such counterparts shall constitute one and the same instrument. 0 Time of Essence. Time is of the essence with respect to the performance of each of the covenants and agreements contained in this Agreement. 3 Exhibits. All exhibits referred to in this Agreement are incorporated herein by reference. In addition, all Parties acknowledge and agree that all exhibits attached hereto that are diagrammatic in format are intended to depict the general location of the items set forth therein and not the exact location of such items. W Severability. If any clause, sentence, or other portion of the terms, conditions, covenants, and restrictions of. this Agreement becomes or is declared to be illegal, null, or void for any reason, or be held by any court of competent jurisdiction to be so, the remaining portions of this Agreement will remain in full force and effect. 1) BOARD Agents. Except as otherwise provided in this Permit Agreement, the term BOARD shall include BOARD’s staff and independent agents employed by the BOARD. 18. No object which can be moved by two persons shall be left on the ROW unattended. This requirement also applies to objects above and/or outside the ROW on the uphill side which can be thrown or rolled downhill onto the track(s). 19. BE ADVISED THAT IT IS A MISDEMEANOR UNpER PENAL CODE SECTION 555 TO ENTER OR REMAIN UPON RAILROAD PROPERTY WITHOUT WRITTEZN PERMISSION OF THE OWNER. IT IS ALSO A MISDEMEANOR UNDER PENAL CODE SECTION 3691 TO WORK WITHIN 20 FEET OF A RAIL LINE WITHOUT PERMISSION (FLAG PROTECTION IS REQUIRED). IN EACH CASE, ALL, INDIVIDUALS VIOLATING THESE SECTIONS WILL BE SUBJECT TO A FINE OF UP TO $1,000 AND/OR IlwR.IsoNMENT OF UP TO SIX MONTHS. Page 9 1/27/2001 MP 233.70 99SDI0 Poinsettia Lane Widening PERMITTEE: ,r-‘ NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD 810 Mission Ave. Oceanside, CA 92054 Title: Page 10 lR7mo1 Notice of Determination FILE CL. \ .- To: Office of Planning and Research From: CIrY OF CARLSB~ P.O. Box 3044 Planning Department Sacramento, CA 958 12 2075 Las Palmas Drive Carlsbad, CA 92009 w County Clerk (760) 438-l 161 County of San Diego Mailstop 833, Attn: MIT.4 PO Box 121750 San Dicgo, CA 92112-1750 Project 80: CDP 99-30 Filing of sotice of Determination in compliance with Section 21108 or 2llS2 of the Public Resources Code. POINSETTIA LANE BRIDGE WDEMNG Project Title ’ 99121012 ,Ciry of Carlsbad, DON JUDEOUT (760) 438-l 161 ext.4212 State Clearinghouse No. Lead Agency, Contact Person Telephone Number _- City of Carlsbad, San Diego County, on Poinsettia Lane between C&bad Bou1eva.d and Avenida Encinas Project Locations (include County) Project Description: Approval of a Coastal Development Permit to allow widening of the exisring bridge over the San Diego northern railroad tracks. The bridge will be widened from two lanes to four lanes of through traffic, two bicycle lanes, two sidewalks, and a raised center median. Modifications to the approaches and nun lanes will also be made. This is to advise that the City of Carlsbad has approved the above described project on January 5, 2000, and has made the following determination regarding the above described project. . . -.* 1. 3 -. The project will not have a significant effect on the environment El A Mitigated’ Negative Declaration was prepared for this project pursuant to the provisions of CEQA. 3. Mitigation measures were made a condition of the approval of the project. 4. A statement of Overriding Considerations was not adopted for this project. 5. Findings were not made pursuant to the provisions of CEQA. This is to certify that the final Mitigated Negative Declaration with comments and responses eneral Public at THE CITY OF CAIUSBAD. /- ~pzz~ Date Date received for filing at OPR: RECEIVED .- JUL 2 6 2000 FILE f /‘?f- zb” alailed 07/24/00 DOKKEXESGINEERING Decision 00-07-041 July 20, 2000 BEFORE THE PUBLIC UTILITlES COMMISSION OF THE STATE OF CALIFORNIA ’ Application of the City of Carlsbad for an order authorizing construction to widen the existing separated grade crossing of Poinsettia Lane over the tracks of the San Diego Northern Railway in the City of Carlsbad and County of San Diego, referred to as the Poinsettia Lane Overhead Crossing (WC Crossing No. 106- 233.60-A). ’ 1 . Application 00-03-050 (Filed March 27,200O) OPINION City of Carlsbad (City) requests authority to widen the existing separated grade crossing of Poinsettia Lane over the freight/commuter main line tracks of the San Diego Northern Railway (SDNR), owned and operated by the North County Transit District (NCTD), in Carlsbad, San Diego County. The proposed widening of the existing separated grade crossing of Poinsettia Lane is required to provide improved traffic circulation’on Poinsettia Lane between Interstate 5 and Carlsbad Boulevard. The proposed widening will also improve the transportation network and bring Poinsettia Lane into conformance with the minimum design standards for a major arterial, as required by the City’s standards. The proposed widening will add two twelve foot lanes, to the north side of the Poinseltia Lane Overhead Bridge structure, and will carry Poinsettia Lane above the SDNR’s main line tracks. City is the lead agency for this project under the California Environmental Quality Act of 1970 (CEQA), as amended, Public Resources (PR) Code Sections 21000, et seq. After preparation and review of a Initial Study, City issued a Mitigated Negative Declaration, and approved the project on January 5,200O. On January 7,2000, a Notice of Determination was filed with A A.00-03-050 RSCD/’ RRTI hsni the San Diego County Clerk which found that “The project will not have an adverse eifect on the environment.” The Commission is a responsible agency for this project under CEQA, and has reviewed and considered the lead agency’s Mitigated Negative Declaration and Notice of Determination. The site of the orooosed widening has been inspected in the field and the proposed plans ha;e been reviewed bY , the Commission’s Rail Safety and Carriers Division (RSCD), Rail Crossings Engineering staff. The application was found to be in compliance with the Commission’s filing requirements including Rule 38 and 39 of the Rules of Practice and Procedure which relate to the construction of public highways across railroad tracks and the widening or relocation of an existing crossing. Detailed drawings of the proposed construction are included as appendices to - this order.. Ln Resolution ALJ 176-3036 dated April 6,2000, the Commission preliminarily categorized this application as ratesetting, and preliminarily determined that hearings were not necessary. No protests have been received. The Commission’s Rail Safety and Carriers Division recorkmends that this application be granted. Given these developments, public hearing is not necessary, and it is not necessary to disturb the preliminary determinations made in Resolution ALJ 176-3036. : -- - This is an uncontested matter in which the decision grants the relief requested. Accordingly, pursuant to PU Code Section 311 (g) (2), the otherwise applicable 30-day period for public review and comments is being waived. Findinqs of Fact ,I - 1. Notice of the Application was published in the Commission’s Daily Calendar on April 3,200O. No protests have been received. A public hearing is not necessary. 2. City requests authority under Public Utilities Code Sections 1201-1205 to widen the existing separated grade crossing of Poinsettia lane over the ha+ of the SDNR’s main line in Carlsbad, San Diego County. . b -2- A.OO-03-050 RSCD/RRT/hsm 3. The widening oi the existing separated grade crossing of Poinsettia Lane is required to provide improved traffic circulation on Poinsettia Lane between Interstate 5 and Carlsbad Boulevard. 4. Public convenience, necessity, and safety require widening of the existing Poinsettia Lane overcrossing. 5. City is the lead agency for this project under CEQA, as amended. 6. The Commission is a responsible agency for this project, and has reviewed and considered the lead agency’s ttlitigated Negative Declaration and Notice of Determination. Conclusions of Law The application should be banted as set forth in the following order. ORDER IT IS ORDERED that: 1. City of Carlsbad (City) is authorized to widen the’existing separated grade crossing of Poinsettia Lane over the freight/commuter main line tracks of the San Diego Northern Railway (SDNR), owned and operated by North County Transit District (NCTD), to be identified as Crossing No. 106-233.40-A, in Carlsbad, San Diego County, at the location and substantially as shown by plans attached to the application and this order. 2. Walkways shall conform to General Order (GO) 118 and clearances shall be in accordance with GO 26-D. 3. Construction and maintenance costs shall be borne in accordance with an agreement to be ent.ered into between parties. A copy of the agreement shall be filed with the Commission’s Rail Safety and Carriers Division prior to commencing construction. Should parties fail to agree, the Commission will apportion the costs of the construction and maintenance by further order. 4. City shall file final construction plans, approved by NCTD, with the Rail Safety and Carriers Division prior to commencing cortstiction. 5. Within 30 days after completion of the work under this order, City shall notify the Commission’s Rail Safety and Carriers Division in writing that 0 i -3- A.OO-03-050 RSCD/RRT-/ hsm - the authorized work has been completed. 6. This authorization shall expire if not exercised within three (3) years unless time is extended or if the above conditions are not complied with. Authorization may be revoked or modified if public convenience, necessity or safety so require. 7. The application is granted as set forth above. : 8. Application 00-03-050 is closed. This order becomes effective 30 days from today. Dated lulv 20, 2000 c at San Francisco, California. LOREITA M. LYNCH President HENRY M. DUQUE JOSIAH L. NEEPER RICHARD A. BILAS CARL W. WOOD Commissioners -4- .A.OO-03-030 RSCD~RRThsm Appendix A Pqe I oil I-* - !-OCATiON i)ji A F 1 \ Lc k ‘4- G. > 0 3 2 T& b L > 0 c, A’ LLzb 3 \ 3 0 0 \ ‘0 t 3 s Q 5. . L - 5 -*ynA N --34 ‘L i\.~ \ 9 2 p Q\*= t ;--? g _J--, \\I i 5 a c3 P. \ I x ‘3 ‘? % ’ \\jl \ . . \a \ i i I g -y- NCi i3 SC&Z \’ yJ+.zd / -d QyJ-=+- -- / i ;$P- . PROJECT NAME POINSETTIA LANE 8RlOGE WiOENlNd . k.OO-O;-050 RSCD/RRi- F:sn Appendix .A Page 2 of2 111 1 L.3; ; P I. , i /I Oil 2 I i 1 i i *vj j ~~ i \ \ ff $r ,/’ :’ .- II 1 :* : 5 :: II !I ? :: i -s .,.-i* i $ ; !! I.-- --- ----‘ii +- 2 1 1 3 3 4- i$&. .-- . . . : I $ i .e.-;;; 2 -*-ij I II 1 :,: 5 d’l !I !- - L/- ?I f ii [ii ‘, . ::.-. t ,ji I .;; 1, @Ji I 4 !’ I I : I i I .,,I ‘-gy- *‘I 0 1 , :[ $ i , I[ ‘ :-I” ; i -,I . APPENDIX ‘B’ RAILROAD REQUIREMENTS - - Please note that all Appendix sections are available in HARD COPY PNLY - - a 4/3/00 Contract No. 3551 1. ,2* 3. 4. 5. 6. - 7. 8. Appendix ‘B’ Railroad Requirements DATA REQUIRED FOR APPROVAL OF BRIDGE ERECTION, DEMOLITION OR OTHER HOISTING OPERATIONS OVER TRACKS OF THE SAN DIEGO NORTHERN RAILWAY Plan view showing locations of cranes, operating radii, with delivery or disposal locations shown. Crane rating sheets showing cranes to be adequate for 150% of the lift. Crane and boom nomenclature is to be indicated. Plans and computations showing weight of pick. Locating plan showing obstructions, indicating that the proposed swing is possible Data sheet listing type and size of slings or other connecting equipment. Include copies of catalog on information sheets of specialized equipment. Detail method of attachment on erection plan. A complete procedure is to be included, indicating the order of lifts and any repositioning or refitting of the crane or cranes. Temporary support of any components or intermediate stages is to be shown. A time schedule of the various stages must be shown, as well as a schedule for the entire lifting procedure. Submit three (3) sets of plans and calculations to: Attn: Chip Willett North County Transit District 810 Mission Avenue Oceanside, California 92054 (760) 966-6504 (760) 754-9403 FAX willettco@ msn.com B-l Appendix ‘B’ Railroad Requirements REQUIREMENTS FOR TEMPORARY SHEETING AND SHORING TO SUPPORT SDNR TRACKS The following items are to be included in then design and construction procedures for all permanent and temporary facilities adjacent to SDNR tracks: 1. Footings for all piers, columns, walls or other facilities shall be located and , designed so that any temporary sheeting and shoring for support of adjacent track or tracks during construction will not be closer than nine-feet (9’) of centerline of tracks. 2. When support of track or tracks is necessary during construction of above mentioned facilities, interlocking steel sheeting adequately braced and designed to carry E-80 live load plus 50% impact is required. Soldier piles and lagging will be permitted for supporting adjacent track or tracks Only when the required penetration of steel sheet piling cannot be obtained or when in the opinion of the NCTD Engineering Representative the steel sheet piling would be impracticable to place. .- 3. In areas where railroad underground installations are known to exist, the contractor shall locate the underground installations prior to any substructure or shoring construction. Potholing is an acceptable method of locating underground installations. All potholing shall be backfilled and compacted immediately after the utility or underground installation is located and marked out for reference during the course of the adjacent work. This work must be done in the presence of a railroad inspector. 4. Absolute use of track is required while driving sheeting adjacent to running track. Procedure for arranging for use of track shall be through the NCTD Engineering Representative or NCTD Flagperson on the project. 5. Cavities adjacent to sheet piling, created by driving of sheet piling, shall be filled with sand and any disturbed ballast must be restored and tamped immediately. 6. Sheet piling shall be cut off at top of tie during construction and then, after construction and backfilling has been completed, any piling within twelve (12) feet or less from centerline of track, or when bottom of excavation is below line extending at 1 :I slope from end of tie to point of intersection with sheeting, shall be cut off eighteen (18) inches below existing ground line or twenty-four (24) inches below the bottom of tie, whichever is greatest, and left in place. B-2 Appendix ‘B’ Railroad Requirements Requirements for Temporarv Sheetinq And Shoring to Support SDNR Tracks - Paqe 2 7. The excavation adjacent to the track shall be covered, ramped, and protected by handrails, and barricades and warning lights shall be provided as directed by the NCTD. a. Final backfilling of excavation shall be as required by the NCTD Engineering Representative. 9. The Contractor is to advise the NCTD of the time schedule of each operation and obtain approval of the NCTD for all work to be performed adjacent to SDNR tracks so that it may be properly supervised by railroad personnel. 10. All drawings for temporary sheeting and shoring shall be prepared and stamped by a Professional Engineer registered in the State of California and shall be accompanied by complete design computations when submitted for approval. The Railroad reserves a twenty working day review period for each submittal. 11. Where physical conditions of design impose insurmountable restrictions requiring the placing of sheeting closer than specified above, the matter must be submitted to the NCTD Engineering Representative for approval of any modifications. 12. Particular care shall be taken to avoid erosion or filling of Railroad’s drainage facilities. Erosion and sediment control in the vicinity of the Railroad shall be as approved by the NCTD Engineering Representative. Disrupted Railroad drainage facilities shall be corrected promptly, as directed by the NCTD Engineering Representative, at the Contractors sole expense. B-3 Appendix ‘B’ Railroad Requirements TEMPORARY PROTECTION SHIELDS FOR DEMOLITION AND CONSTRUCTION ABOVE OR ADJACENT TO SDNR TRACKS Prior to the start of construction, the contractor/permittee shall be required to submit the details of any temporary protection shields to the Railroad for review and approval. The plans will be reviewed as to the methods of erection and as to whether or not the proposed installation will provide the required level of protection. It is the contractor’s . responsibility to design the protection shields to conform to all existing laws, regulations and specifications that govern this type of work. Shield plans and details shall be designed by a Professional Engineer registered in the State of California. The drawings and calculations shall bear his seal when they are submitted to the Railroad for review and approval. Written approval shall be received from the Railroad prior to erecting the protection shields. The Railroad reserves a twenty working day review period for each submittal. Any horizontal shields shall be designed to carry a live load of 100 pounds per square foot. The shield, at a minimum, shall cover the area over the tracks and shall extend not less than 10’0” beyond the centerline of the outside tracks. The vertical shield shall be designed to carry a wind load of 30 pounds per square foot. The height of the vertical shield shall be 6’-6” above the top of the adjacent curb or sidewalk. Anti-climb wings shall be installed at each end of the vertical shield to prevent access over the railroad. In electrified territory the temporary shields shall be bonded and grounded. The design and construction of the temporary protection shields will be such as to prevent any dust, debris, concrete, formwork, paint, tools, or anything else from falling onto Railroad property below. The temporary protection shields shall be erected prior to the start of any work over the Railroad. The Railroad will be the sole judge to determine whether or not sufficient protection has been provided to perform the work. Caution shall be taken to control the demolition so that any debris that may fall onto the shield will not exceed the design live load of the shield. The temporary protection shields shall be attached to the structure in accordance with plans submitted by the contractor and approved by the Railroad. Drilling through or welding to the structure shall not be permitted. In electrified territory the catenary beneath the bridge shall be de-energized when installing the shield. ,f- The temporary protection shields shall not intrude on any existing minimum vertical clearance shown on the plans. B-4 Appendix ‘B’ Railroad Requirements Temporary Protection Shields For Demolition And Construction - continued The contractor will be required to complete the actual erection and removal of the temporary protection shields over the Railroad according to a schedule acceptable to the Railroad. The Railroad shall have representatives present during the construction, erection, and ’ removal of the shield. The contractor shall do no work to erect or remove the shields at any time during the operation of trains, or when a Railroad representative is not present. The temporary protection shields shall remain in place until all work over the Railroad has been completed and shall be removed only when permitted by the Railroad. /- APPENDIX ‘C’ STANDARD PLAN SHEETS , - - Please note that all Appendix sections are available in HARD COPY ONLY - - 4/3/00 Contract No. 3551 -: _ \Manholo fnnw r i 4’m around opening /--” Noto ’ /- Tnnrition ta namul curb bright in 10 tr on both sida unlcn A- othrrwia noad. SECTlON B-B - : . ~Galv. sad angle cuntinuow and paaction bar. Sn dting O-12 4 - I4 aruund pipe Oauminaibypipa sfzs---4'min.rmax. NOTES: SECTlON C-c SECTlON A-A 1. Sea Standard Onwing O-11 6 O-12 far ddidaad notm and detih 2 Types ara desig~ad LI follow: ho wine) A, bw wingI A-l, hu wings, A-2 3. Ecpod edges of owwta shall k roundad with a &us of V2". 4. W?IM V OX& C ~lpr &II br indfed. Sa Standard &awing O-11 for d~raiis. 5. Gmawa guttw m maah adjjnt putma 6. An upurtionjoimmdlbrplradrt(hrfndrofduinlrtwhm chrcurb km adjoin. 7. Rwidr l/4* tadad gman in top stab in Iii* wide brdr of &UM curb. ILSu~ofapodrb~lklidwlkfiniohrdmdnincomrdanrtnrrl~of1/4’~foot 9~Mairminll~dur~~q~~ninf~nd~~ ud~lotl\lmian~tsd. LEGENO ON PLANS 15' Typa A-l infat 3r , SAN DIEGO REGIONAL STANDARD DRAWING lKDlrvuQl0 ev W s4n moo. CURB INLET - TYPE A ’ . ..-. - Manhole frame FA -m--- w-w- #4@ sl- mul. L A. L B \ Edga of Guttar Gtlv. stnl angle continuous and orotraion bar. SECTION B-B /-‘h6 tiM r4wy _ y+ta- 10” unla - aA t-1 f OtlUMiSO PLAN . . 1 I ~T~Ti-- mnn*ouda ttr--9’ min. V max. SECTION C-C SECTION A-A CURB INLET - TYPE B NOTES: 1. Sea Standard Orawinq O-11 & O-12 for dditionrl nom md detaib. 2. Typa an designaad as follawxz (no wlq) IJ, ton@ wing) E-1, (two wings) E-2 3. Exposed edga of cmmtr shall k rounded with a radius of l/2”. 4. Whm V exceeds I’ stmps shall h inst&d. Sa Standard Omwing O-1 1 for drtaih. 5. Concntm gutter to maah adj8ant gutmn LEGENO ON PLANS 6. An expansion joint shall be plaad at th tnds of th inkt when th curb is to adjoin. 15’ Type 8-l inkt 7. Provide 114” tooled groan in top dab in ha with back of dint curb. 8. Surbco of top dab shall be sidrwrlk fin- to drain toward street at a sfopa of l/4” per foot. 9. Maintain 1 l/2” clur spacing bmeen reinforcing and surfam unless otfmwim noted. -J Id- ,c--- - T-PI- X jf c c t 1 1 Vertical reinforcing # 4 C 18” max., for 1 1 1 --- 4 I Ill horizontal reinforcing, see table. > qL-- I l/r’ cleerance typical + -4 t 2: Typical -4 TYPICAL BOX SECTION f BOX SECTION REINFORCEMENT I STEP DETAl L 3l4” 1 steel bars, hot dipped galvanized MAXIMUM SPAN 1 OEPTH 1 THICK- IHOR. & FLR.1 , . .I ” ” I t 7’ _ n** to 4’ . 6” & i i ; g ,&, 1 ) .- cr we C-1” pe ,,, Y I ;*;,et ’ 5’. 1” ;; 8’ r” 0” r-1” to &.i , 1 r - 0” -- --- to 8’ . 1” 1 # 4 8 15” :: : ;:: to e 12” 12’. 0” d 8” c - 1” Y-0” t ,y,: 1” T-1” to v-0” 3’ - 0” to 4’ - 0” 4’. 1” to 5’. 0” 16’. 5’ . 1” to 6’. 0” ’ to $*,” to 7’.0” 20’. I’-!” to s-s r-a” to 4’.0” C-1” to 5’.(r’ 20’. 5’. 1” m C -0” to , F-1” to 7’.0” 24’. 7’ - 1” to S’ . [I” NOTES 1. Conara.shall be 56&C-3250 unlra athrmis noted 2. Reinforcing steel &all wmply with this drawing unlarr otherwise @fkd. 3. Reinforciq seal shall br intermediata grade deformed bars conforming to latut ASFM specifiationr. 4. Bends shall be in accurdana with ktat AC1 code. 5. Minimum splii length for ninfarciq shall br 30 diime~~. 6. Floor shall have a wood trovml finish and, exwpt whem used P junction boxes. shall haw I minimum slope of 1” per foot toward the outlet. 7. Oepth V is measured from the top of rha structun to the flowlinr of the box. 8. Wall thickness md ninforciq mrl nquind nuy be deem in ~~ordance with table rbm 6. Wall thicknas hall be stepped on the outside of the box. 10. When ttu structun depth V uueds I’, steps shall be art into the wall at 15 inch intrnnh from 15” abow floor to within 12 inches of tap of structun. When pusibh plea mps in wall without pipe opening, athenvise OHT apeniq of nnellest diimeter. 11. Altemaa step rmy be an rpprovrd steel reinfomd pohlpropyhne step. Msian 6y Apprawd Data SAN DIEGO REGIONAL STANDARD DRAWING R1ceMmll010 IV nlI ma 0l100 I totes T+ 13 q aLeloaA1 frAlloAnx ceYYrrfE I-79 aaf- 9,. mR. dzduA%du ad&. /ns . INLETS AND CLEANOUTS tuuhu R.U. Mel1 on NOTES AND DETAILS ORAWING NUMBER D-11 ,- I 318' ( ,.,~~I*- . f . . . . . '. .'\ A-, ,-- 4-x 3"x 3/E" ""'"q--' l/r IAnshorbrr 8 3' 0-c max.. . . - . . ; I- - . I I-.r’ . - ?j 4% LL . . I . . . . . 9 . 0 . - . - . I - : 0 . . . Q . - . . . . . - . . O * . . a L Y Y J . o, !J - , . . .* I . . . WRldius" a! ' . . . ilr 4, . *: 0 l : ,, *.. - . . . a’- + . . . : .Q . . . ; . . . - - . . i 1' I Support bolt NOTES: 1. F~crrnple~lkwimosbuchtnwmirmaurforthetuflI~'L'. 2 All uposedmetalprrato behatdippedgainnizmd aftsrfabriation. 3 Whencurbinfrtopeniqheight~H~ex~ Q inrtllll"l r&pmmctior~ bar. 4.lrrrtrildditioml&~~3l~'drr~ngrbon~m~r~opmiq~l~ 5.Whrnwrbinlrtop~niqIm~ucrch(rimdl?'I~rupOortboltr,rprodtt notmanthan5'a.c. nfcaawnOEO I* we YJ olfee naemuL ~UOAIIX cowmf~ W@AL.L-/ &U./T7$ ea=walm RLC. lwel ou ~~~~~G D-12 SAN DIEGo REGIONAL STANDARD DRAWlNG Rmaian’ By Appmmd Oea Sf 4X 277 /4-/z Nom3 aP/ #U- CURB INLET OPENING Angle N M-6 /o-lt Ii ‘._ ,- ,c - L A ELEVATION f Meximum gep SECTION A-A NOTES: 1. Pipe collar daes not hew ta be finished if covered. 2 Concrete shell be 560-C-3250. LEGENO ON PLANS 3. W~~gepumdr~butirnot~~on~~m'nt~rl fonnsbelbeused. ==#== MGOyISGOfO B-9 twt Y* OIlGO SAN DIEGO REGIONAL STANDARD DRAWING Reviefon BY Appmved Oee MGIONAL lTUOARGS CGIYITTX cont. * m. f;l# az.A~#3u-&9 &.ms overlap &.) a.s.l 7& - lcc.L IWGI am Note 3 kfcj &&, ,# d FJiKG D-62 PIPE COLLAR I I r- , = . -- _-^ -. - Arm bngth 8’ mrx I- Light smdard L Mast Arm’ Finishad Gnda I% IllI DIRECT BURIAL ANCHOR BASE FOUNDATlOf’ FOUNDATION POLE MOUNTING LAMP SIZE HEIGHT HEIGHT WATS) 170 M.V. 2s’ 2 2 27’It 1’ 1W H.P.S. 90 L.P.S. 4w M.V. 28’ f 2 30’ 2 1’ 250 H.P.S. 180 LP.S. Anchor Eola (4 rq.) lWS”x4” 23 -0” 26’ - 9” 70 H.P.S. hook, glhmited. Uir (uro bwIing 2r - 6” 1 30’ - 0” nutr with WwhGfY on 150 H.P.S. (all g&v.) GacJl bolf wision By Afwowd Om SAN DIEGO REGIONAL STANDARD DRAWlNG nwm8uno~o av TM w GMGO ‘ablr ti WB. +# nccu*AL SrMoAnos wuMlnlE STREET LIGHTING ' e*- &em STANDARD !$%lG E-l I ,.- - to pole anl with lug # 8 copper win grounded to pole steel with lug -. -. c : STEEL CONDUIT NON-METALLIC CONDUIT DIRECT BURIAL FOUNDATION l/Z” Rigid STEEL CONDUIT NON-METALLIC CONDUIT ANCHOR BASE FOUNDATION Steel Conduit 7 Anchor Rods 1 0 1 3/4-x 8’ copper covvld stul ground md. 0 2 Altrmaa Ground: 15’ no. 4 barn strandd capper win, coilad. 0 3 Approvad non-mrtrllic conduit. 0 4 Steer conduit. DETAIL A i-2 BAN DIEGO REGIONAL STANDARD DRAWING GROUNDING OFCONCRETE LIGHTlN6 STANDARDS 2” Weakened RIM Joint . -. &. TYPE G & H CURB NOTES: 1. Concmb, shdl ba 52W2500. 2 Sea Standard Onwing G-10 for joint drmilt 3. Slope top of curb l/4” per foot toward street, a rl lW 8Xapt WbOm 8htiOll shown indiah othrwim. p$y l with 6” Curb ha LEGENO.ON PUNS RECWrKlOEO IV nlc SAII 0lIw nsamm*L mno~nos co~~tnt~ CURB AND GUTTER -COMBINED ,.- - 3/4” radius lug slot ‘” both sida af rim \ .?A” din nick hnlr- - -.-_ r .-.. 1” diamond ma l/8”, y l/16” 22” dia. clear (AUtNl.ll31 UllM Letters 1” high, no other TOP OF FRAME & COVER inscription to appear on expoad surfacas. SECTION THROUGH RIM SECTION THROUGH FRAME & COVER SECTION THROUGH LUG Outline when ribs join SECTION THROUGH RIB AT MID RADIUS BOlTOM OF COVER NOTES: 1. Frame and cover shall be cast iron. Cast iron sh&l conform to ASTM 49, Class 30. 2. Frame and cover for use in non-traffic area only. 3. Weights: Frama 29 - 33 Ibs. Cover 95 - 110 Ibt. 4. Imported frames and cover3 shall have the counts of ‘@ origin marked in compliance with federal ragulado&. I nEcoKwmOEO IY IWE s&l OKCO SAN DIEGO REGIONAL STANDARD DRAWING R&~OII BY Approved Dam nlGlO**L sr15101ll03 coYKrrrgL Notr 4 32 a# 7@ a”et%u uzu./ns L izk-ml n.c.L Isa01 0 24"MANHOLE FRAME AND COVER Not. 83 by o.h(r\rj* a,$ * %zlG M-2 LIGHTDUTY I : . . 3 i ‘4 Et b 1. q . it :i R 3 1 3 e 4 cuw ta h. I . . + + a a t&F -3 -: s ii li!!! P II G @d t I * -1 i - : .I DRAWING NUMBER M-44 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENCE0 BY THE SAN DIE00 REG8ONAl. ST y-w 3% TEMPORARY RAILING (TYPE K) 6hf@lATOR R.C.E. 25902 OATE l-- , . .- 1 -6 j$fg$$4 -/\ Y - - ,I NOTES I . A MiNIMUM I5 GALLON CONTAINFRf IS REQUIRED 2. TYPE OF TREE TO BE PLANTED WILL BE IN ACCCROANCE WITH THE CITY OF CARCSBAD LIST OF APPROVED STREET TREES. /a-3 TIES VINYL OR RUBBER HOSE AND WIRE, FIGURE EIGHT TIE. 2-x2-x8’ ROUFH REDWOOD STAKE. I ,/v v1 ‘, 1 1 ‘, )I,“, 1: I; i g I ,,‘: TOP DRESS WITH 2’ TO 4” OF #4 GRAVEL, f -PAVEMENT OR SIDEWALK TREE IS r--- #4 GRAVEL B -ROOT CON 3lE 4s OF CURB. SOIL MIX TROL BARR PLANTED W S I OEWALK IER WHEN ITHIN 5’ OR STREET. BACKF I LL COMPACTEO SOIL MIX TREE PLANTING WsEscIMEm WHENMFlERlSlDcATEc 10RmRoFaRR NOTES: I.COlVrrZACrORSHLVLAAlllSTANaE VPlVE8MRERBOXTOEGAFER SI~AU IS lNSMlED 8 0. 2,lJs-rRmwlLLsETmpNo8Auv~E 3. r\U.Q)PPERm&W8EaSXDERED 4. TL~P~WWUNTO~EMIN~JUUMO~I~‘FROM KN?EsT CCkRJNG CR T&P. 5. POWtlON ANCDE MIDWAY BEWEEN PIP&INE’ AND METER BOX. CARLSBAD MUNICIPAL WATER DISTRICT ssmAm?rmE .+Q zg I” WATER $ERVl@ CONNECTION *m&)!Na FOR 5/8 , 314 8 (‘METERS AUGUST 1993 , AC MAIN FOR WATERSERVE CONNECTION (Typ.) - CARLSBAD MUNICIPAL WATER DISTRICT EvBK3N - Lym: OUTLETSONACORi?MXlAINFOR W8 STD DWG NO. I. INCH THRU 2 INCH ASSEMBLIES AUGUST 1993 .* / - - _/- , 0.1. MAIN FOR WATER SERVICE CONNECTION UYP.) CARLSBAD MUNICIPAL WATER OISTRICT - - Oml OUTETSONDI.ORSlEELMAINFOR STD DWCi NO. I INCH TW?U 2 NCH ASSEMBLIES weg AUGUST f993 Ad - SECTION A-A SECTION 8 - 8 DOMESTIC WATER RECLAIMED WATER NOTES: I I . IN NON- RCMD AREAS fUCE GUARfl 2 . SEE @?AWfNG NO. 33 t=m GATE VALVE I - - -.- -- -.- I KIST NEXT TO VALVE BOX ASS-Y EXTENSKB. I A$ DIRECTED BY THE ENGINEER(SEE A*“m.r .* *q\ 3. UPPER SlOE OF LID Tn RECEIVE 2 COATS -__ -- -- .oNs Rx MUICTS ( FAGE 4)- I I rrer A I -17 IIYU IW. CL 1. OF F3lINT. SEEs]Esll*% FWNTING REOUIRE- _ -.- -- _ ___-. 3lsloN JAFPRI~ 0 MUNICIPAL WATER Diw . w __- . I I VALVE BOX ASSEMBLY NOTES : I. SEE SF’ECIFOUK3JS RX GURIED iuwGE AND VALVE REQUIREMENTS. 2. SEE DRAWING N0.B FOR THRUST 6LOCK 6EARtNG AREAS. EINRXCING STEErnAiL .:.. . . --- mCH sEcTloN WP-L) CARLSBAD MUNICIPAL WATER DISTRICT 5vIsDNApFRrrm GATE VALVE IfUSJiALLATlON STD DWG. NO. WC, DLP,Aa? & s7EEL IWE. WI6 DECEMBER I988 . -- n ms I NOTES: ~EAR~~~~AREASHU~E~HECX- eETWEnYTHE6EAFUNGnFIEASf?EQUIREDR3? -tWUST-OFMANSONEPQ1SIE3E:OF REtXERASFDWJDFRCMSlD.CMW9PLUS THE AREA OF THE TRENCH OPENNG. MINIMUM DIMENSIONS SHOWN SHALL 6E AOHEREDTCL I I I I . CARtSBAD MUNICJPAL WATER DISTRICT - I” @+=: THRUST ANCHOR FOR WATER MAfN =f,fr& No* I REDUCER - 4 THRU 16 INCH. DECEMER 1968 4 . m PlPeohmetefinI~ I. 6AsEDcxu22sPsITEsr FREsuEAN0~NG~oFDRysoELs. 2.vawesFRoMaRvEs~~TEEs~~, l.E;SlRAlGHTuNETHRUST. FcR#rBEND: 1.4wEFRmclJmE. ~9sEmD:Q8w.uEFRmaRvE. m22LeBEND:MuuEmm4amE. 3.~~mo[MHDBT~~~~MLGTEuMulED CARLSBAD MUNICIPAL WATER DISTRICT j?lwsm bhFmJMrE 1 THRUST BKlCk BEARJNG AREAS S7DDWGNO. WI9 CMTEMEER 1988 srANDARD CAST tf?CN PCCESSHLE E8amR-SEEDvGNQS4. l2’WlDE X 6’ WICK CONCF$TECOUAR WITH 2 aspH&TlC CONCF?fT’E WER (MPICALI. . . ; . . . . -. . . . . ’ . . . . .: SECTION C-C NOTES= AU CAST IN PLACE CDNCRt SHALL BE TYPE 564-B-xXx). AU PIPE IN ACCESSHOLE SHALL BE PK. OR VITRIFIED CLAY PIPE AND SHALL BE INCLUDED AS PART OF ACCESSHOLE. ACCESSHOLE SHALL BE CONSTRUCTED IN ACCIBDANCE WITH ASTM C-478. S-KJ8 OUTS SHALL WE A MINIMUM LENGTH m 2 FEET. MANHOLE FRAME AND JolNTS TDBES~INCfASSt’~JJR. ; !I CR 6’ MIN. ROCK 8QSE REQUIRED. ACCESSHOLE .- p5 i&D-q HALF SECTION FRAME & GOVER NOTES 1 . WEIGHTS : INNER COVER = I55 LBS. OlJT& COVER = xx> LBS. = 330LBs. 2 .MATERlAL : CAST IRON. 3. MACHINE SEATS To PREVENT NOISE. 4.FILLET RADII TO BE 12: 5. IMPORTED COVERS AND FRAMES SHALL HAVE COUNTRY OF ORlGlN MARKING IN COMPLIANCE WITH FEDERPL REGULATKWS. /- lNNER C#ER TOP SIDE BOTTohrl SIDE SUCTION A-A CARLSBAD MUNlClPAL WATER DisTRlCT STANDARD DRAWINGS FOR SEWER eyA&gmlxl~ Disirict Engineer DWG. NO. s4 ACCESSHOLE FRAME & COVER - TYPICAL TRENCH SECTKN VCF? WPE WITH DIMENSIONS Ai’0 ROCK 70 SPRINGLINE COMf%CTloN ZONES. f?VC. PIPE ROCK ENVELOPE 4’MIN.TO 8’MAX. 6ENEm-i Fl=E 1 OR ?‘MIN. 8ENEATl-f f3ELL, WHKHEVER 6 GREATER. NCTES: 1 s PERCEWAGES SHCWN EOU4L MINIMUM RUATIVE CoMPKJloN. 2. MINIMUM DEPTH OF COVER FROM -TO’ OF PIPE 7T) FINISH GRADE FOR All SANITARY SEWER INSTAUATKINS SHAU BE 3 FEET. Fm COVER LESS THAN 3: SpEait DESIGN AND APf=ROV& REQUIRED. PIPE BEDDING AND TRENCH BACKFILL FOR SEWERS STD. PLAN AIOA 394 flh sL.rd Lf! ,,,,o,,,---kr-, STD. PLAN AlOB T rd 1 I E =' s t % 1 b s" t I ! 6 !g 000 * g 2 L I El k 0 .. 0 -0 o 0 =o o i [ 000 0 I 1 i - c I I + I I L; I I c .-- . T f; t 0 9:, ? 1 0 i0; Qf” it”, r c i 0 i t ;“I 0 Ei 4 t t r u 8 9 0 : 0 I- u $8 t 0" II $L L,i t t u ttt r P Lk ttt -r 8 ? Z ;. r’ 8 B t 2 i x RJ u ttt 3 I- ,- ,’ STD. PLAN A200 4 i L t -:I r 1 ti d I i* ;i. 4.. i 7 f -- 1 CD . m i ,” OD W I- P) !: w 1 Q i 3: 3 1 !i 5 l 1 05 b 1 2 z d x! ;r r” O J < ‘i, .h ror 3 To 6 STD. PLAN A24A T- b 6 y-o-‘rz - T- P * : 1-G -+ p ; z 0 - b -II- , STD. PLAN A 24D -j, ,- _- STD. PLAN A62C i , d i . : .! I I, f f a i 1 il ? c ., b& 117 L, , Lf _-.. -I-- L’: If *::::::::: * ;,- L . .’ .’ I f’ot g v- i?? c, . -u -0 ~w..,.......My ,,%,....W- 118 STD. PLAN SO-1 .f-- xx - =p w E ‘J u “5 0 sz I XI a; W zy (1 “5 0 32 m : : ; : 1 i if Pa ; 0 1 -2 :; 4; i.$ :? es ii a; $i b 3% s- % 4 = r* g: a*-. us 3: i t STD. PLAN BZ-5 IY /--- .- , i 9 . i 3 "es UI .cf. us lfw f--u .z-.I, ;a g PS 1 . B lj “i; 3.. # f 1. b 0‘ . d a I ,* * : a f : . . i 1 ; (@r-‘,‘,-‘“( fp ’ 1 L!w=l i- t ! 130 , ,- k-i . . 4 : cr, ,g f& II ca 5s h: STD. PLAN 813-21 3 B ---- -- i m 1 P B I El-- : t-- ? ; (a i i - : 7 I t ! I I I I I 1 I 1 . a t rr ?r; L ii q! \ H ;a ‘$ s- . t I s : c APPENDIX ‘D’ STRUCTURE FOUNDATION REPORT /- - - Please note that all Appendix sections are available in HARD COPY ONLY - - 4/3/00 Contract No. 3551 I 3 AGRA t .-- ENGINEERING GLOBAL SOLUTIONS ,- . i I I , i r . STRUCTURE FOUNDATION REPORT POINSETTIA LANE OVERHEAD WiDENiNG CARLSBAD, CALIFORNIA Submitted To: DOKKEN ENGINEERING 3914 MURPHY CANYON ROAD, SUiTE A-153 SAN DIEGO, CALIFORNIA 92123 Submitted By: AGRA EARTH (L ENVIRONMENTAL 16760 WEST BERNARD0 DRNE SAN DIEGO, CALiFORNiA 92127-l 904 May 25, 1999 (revised July 12, 1999) Job No. 9-252-l 02500 AGRA Earth & Environmental, Inc. 16760 W. Barnardo Dr. San Disgo. CA 92127 Tel (619) 487-2113 _ Fax (619) 487-2357 i - _., -. . . I 7 Y- 1 , :? f 7 -1 ; 1 I I rc f I 3 I .’ i t i i k I j &AGRA ENGINEERING GLOBAL SOLUTION5 May 25, 1999 (revised July 12, 1999) Job No. Q-252-1 02500 AGRA Earth & Environmental, Inc. 16760 W. Sernardo Dr. San Diego. CA 92127 Tel (619) 487.2113 Fax (619) 487-2357 Dokken Engineering 3914 Murphy Canyon Road, Suite A-153 San Diego, California 92123 Attention: Mr. Kirk Bradbury Re: POlNSETTlA LANE OVERHEAD WlDENlNG This letter transmits AGRA Earth 8 Environmental’s revised structure foundation report for the Poinsettia Lane Overhead Widening at the San Diego Northern Railroad tracks in Carisbad California. This investigation was conducted in general conformance with the scope of work presented in AGRA’s proposal dated October 29,1998, If you have any questions concerning this report, or need additional information, please call me at (619) 487-2113. Yours truly, AGRA Earth 8 Environmental fT2fd Jame J. Stone, RGE 808 ” Principal Engineer , I- ” ? i 3 7 II * . Dolcken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening TABLE OF CONTENTS Job No. 9-252-102500 May 25, 1999 (revised July 12, 1999) Page (i) PAGE EXECUTIVE SUMMARY. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iii , 1 .O INTRODUCTION ........................................................ 1 1.1 GENERAL ..................................................... 1.2 PROPOSED CONSTRUCTION ....................................... 1 1.3 SCOPE OF WORK ................................................ 1 2.0 DATA ACQUISITION .................................................... .3 2.1 FIELD EXPLORATION ............................................. .3 2.2 LABORATORYTESTING ............ : ............................. .3 3.0 SITE CONDITIONS ..................................................... .5 3.1 SURFACE CONDITIONS ........................................... .5 3.2 SUBSURFACE CONDITIONS ........................................ .5 3.3 SEISMOLOGY AND GEOLOGIC HAZARDS ............................ .6 3.3.1 General .................................................. . 3.3.2 Regional Faulting .......................................... .6 3.3.3 Local Faulting ............................................ .6 3.3.4 Liquefaction .............................................. .6 4.0 CONCLUSIONS AND RECOMMENDATIONS .8 . ................................. 4.1 EARTHWORK ............................ ..‘......................S 4.1.1 General ............................................... ...8 4.1.2 Settlements ........... . .................................. .8 4.1.3 Flexible Pavement Structural Section ........................... .8 4.2 BRIDGE FOUNDATIONS ............................................ 9 4.2.1 General ................................................ 4.2.2 Deep Foundations .......................................... . 4.2.3 Other Design Parameters .................................. .12 4.2.4 Seismic Design Criteria ..................................... ?2 4.2.5 Corrosion................................................12 5.0 CLOSURE .......................................................... ..12 5.1 GEOTECHNICAL REVIEW ........................................ .12 5.2 LlMfTATlONS .................................................... 13 REFERENCES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...14 4 Dokken Engineering Structure Foundation Report - Poinsettia Lane Overhead Widening fr r Job No. 9-252-102500 May 25,1999 (revised July 12,1999) Page (ii) LIST OF FIGURES Figure 1 - Vicinity Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . 2 Figure 2 - Location of Test Borings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Figure3-FaultMap . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 , LIST OF TABLES j Table 1 - Tip Elevations for Class 45 and Class 70 Piles ............................ 9 Table 2A - Lateral Capacities for Piles (Steel H Piles) ............................. 10 Table 28 - Lateral Capacities for Piles (12-inch square Concrete Piles) ................ 11 APPENDICES I -- - Appendix A - Test Boring Log .......................................... A-l to A-5 Appendix B - Laboratory Test Results ................................... B-l to B-3 I AppendixC-LogofTestBorings ............................................ C-l i I @ AGRA t*‘I*LIII*‘ WJ,., 5o,“UW, ? ; r i - f I-- -7 ; 1 i .J I I I I I 1 ? t f . .- Jr . Dot&en Engineering Structure Foundation Report Poinsettia Lane Overhead Widening Job No. 9-252-102500 May 25, 1999 (revised July 12, 1999) Page (iii) EXECUTIVE SUMMARY This executive summary presents a brief description of the prominent conditions, conclusions and recommendations from the structure foundation investigation performed by AGRA Earth & Environmental for the Poinsettia Lane Overhead Widening at the San Diego Northern Railroad right-of-way in Carlsbad, California. The bridge is located on Poinsettia Lane between Carlsbad Boulevard on the west and Avenida Encinas on the east. The existing bridge is a prestressed concrete, 3-span structure 142.2 feet long and 44.7feet wide. It carries 2 traffic lanes, a bicycle lane and a sidewalk. Approach embankments were constructed originally across the entire Poinsettia Lane right-of-way and will accommodate abutments for the new construction. It is understood that the existing bridge will be widened. The final configuration will carry 4, 12-foot wide traffic lanes; 2, bicycle lanes between 5 and 8 feet in width; 2,5-foot wide sidewalks and a raised center median. 1 The existing overhead configuration was achieved by placing about 22 to 35 feet of fill at the abutments. Between 2 and 4 feet of fill were placed along the railroad tracks, probably part of the original railroad construction. The fill at the abutments is underlain by terrace deposits which in turn are underlain by Santiago Formation. A 5-foot-thick layer of colluvium overlies the terrace deposits at the location of boring B-l along the railroad tracks. The fill consists of silty sand. The terrace deposits are comprised of medium dense to dense clayey and silty sandstones and sandy claystones. The underlying Santiago Formation consists of a very dense or hard silty sandstone and clayey siltstone. Groundwater was encountered at depths of about 18 to more than 50 feet below the ground surface, corresponding to an elevation as high as about 30 feet above sea level. w Foundation plans have not been final&d. Due to the presence of deep fills at the abutments, and relatively compressible fill and colluvium at bent locations, deep foundations are considered most appropriate for support of the widening. Recommendations for Class 45 and Class 70 piles are contained in this report. Recommendations for alternative types of piles can be provided when foundation plans are finaliied. The regional seismic&y is not unique compared to the rest of southern California. A peak horizontal bedrock acceleration of 0.5g can be used in design. The depth to rock-like material is between 10 and 80 feet. The fill soils and formational materials at the overhead represent a corrosive environment with respect to buried metal and concrete. Concrete for structural elements in contact with the ground should incorporate Type II portland cement in the mix. No new fill will be placed for the widened structure. No special settlement period is needed. @ ACRA l*w*,I”wlJ ‘LOD., Jo,“IIo*~ - Dokken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening -. f 1 .O INTRODUCTION 3 . I I I I .- I I f i r 1- 1 .l GENERAL Job No. Q-252-102500 May 25, 1999 (revised July 12, 1999) Page (1) This report presents the results of the structure foundation investigation performed for the Poinsettia Lane Overhead Widening at the San Diego Northern Railroad right-of-way in Carlsbad, California. The bridge is located on Poinsettia Lane between Carfsbad Boulevard on the west and Avenida Encinas on the east. (Figure 1) This investigation was conducted in general conformance with the scope of work presented in AGRA’s proposal dated October 29, 1998. 1.2 PROPOSED CONSTRUCTION The existing bridge is a prestressed concrete, 3-span structure 142.2 feet long and 44.7 feet wide. It carries 2 traffic lanes, a bicycle lane and a sidewalk. Approach embankments were constructed originally across the entire Poinsettia Lane right-of-way and will accommodate abutments for the new construction. It is understood that the existing bridge will be widened. The final configuration will carry 4,12-foot wide traffic lanes; 2, bicycle lanes between 5 and 8 feet in width; 2,5-foot wide sidewalks and a raised center median. 1.3 SCOPE OF WORK Initially, AEE made a site reconnaissance and reviewed published geologic and seismic&y data as well as data from similar projects in the area. The structure foundation investigation included subsurface exploration, soil sampling, laboratory testing, engineering analyses and consultation with designers. Laboratory tests were performed to evaluate selected engineering properties and to provide a basis for geotechnical design recommendations, The data collected were analyzed to develop conclusions and recommendations regarding: 1. Types, locations and engineering characteristics of foundation materials. 2. Engineering seismology of the project area, including liquefaction potential. 3. Geotechnical factors potentially affecting the design of the proposed structure, including settlement and groundwater. 4. Geotechnical design parameters for the most suitable methods of foundation support including allowable bearing capacities and resistance to lateral loads. ! . & AGRA I*Gwl.lNG uwu m,UIIQ*, _” ;, . . .: _‘.. : _( :.. : _’ 1 ;;;..:. .. . . . . . -.. . : *. ._ ,... ::- ., _.., : c :. ., K ‘Y \ -k-l I .: ..A . . ;’ - . I POINSEITIA IANE OH WIDENING CARLSBAD, CALIFORNIA I FIGURE 1 - VICINITY MAP I Earth & Environmental - . -.. . . 1. - : -. . .:I . . I 1 ,’ .Y I I 1 f : i -. ; f I 1 _- f I t i ! ; ; ill- ‘L . - Dolcken Engineering Structure Foundation Report ” Poinsettia Lane Overhead Widening Job No. 9-252-l 02500 May 25, 1999 (revised July 12, 1999) Page (3) 5. Corrosivity of on-site soils with respect to steel and concrete. , 6. Fill and backfill material, placement and compaction procedures. 2.0 DATA ACQUISITION 2.1 FIELD EXPLORATION The field exploration program consisted of 4 test borings drilled with hollow-stem auger equipment to depths of 40.5 to 66.3 feet. The locations of the borings are shown on Figure 2. Relatively undisturbed samples were obtained using a 25inch I.D. sampler driven by a 140-pound hammer falling 30 inches. Standard penetration tests were performed using a 1.4-inch I.D. sampler driven by a 140-pound hammer falling 30 inches in general conformance with ASTM D 1586. Disturbed samples were obtained from the standard penetration sampler. The drilling and sampling operations were performed under the supervision of an AGRA geologist who also logged the borings and obtained the samples for examination and laboratory testing. The logs of the test borings are contained in Appendix A. Soils are classified according to the Unified Soil Classification System described in Appendix A. Rock is described according to its physical characteristics. Existing groundwater conditions were noted during drilling. Upon completion of the field exploration program, the borings were backfilled. 2.2 LABORATORY TESTING Laboratory tests were performed to evaluate selected engineering properties and to provide a basis for geotechnical design recommendations. The following tests were performed: . Moisture Content and Dry Density . c Direct Shear . Resistivity . PH & AGRA ~*owl‘lwc (rLoou, mw1mm, P- I I t I \ \ ‘\ . A, P “/;‘c- - i I : 1 I i * i ’ ! 7 I I A + . I (’ i i I I 7,. -- 7 I I I ,- I I J Dokken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening . Soluble Sulphate Content c Chloride Ion Content . Grain size analyses c R-value Job No. 9-252-102500 May 25, 1999 (revised July 12, 1999) page (5) Results of the moisture content and dry density determinations are shown on the boring log in Appendix A. Remaining test results and brief descriptions of the test procedures are contained in Appendix B. 3.0 SfTE CONDITIONS 3.1 SURFACE CONDITIONS The Poinsettia Lane Overhead spansthe San Diego Northern Railroad right-of-way between deep abutment fills on both the east and west ends. The fills were placed initially to accommodate future widening and extend beyond the current traveled way. Existing fill slopes range from about 1:1-l% (vettical:horizontal) to 1 :l where the slopes are paved in front of the abutments. Minor amounts of fill have been placed along the railroad tracks. Surface vegetation consists of sparse grass and weeds. 3.2 SUBSURFACE CONDITIONS m The existing overhead configuration was achieved by placing about 22 to 35 feet of fill at the abutments. Between 2 and 4 feet of fill were placed along the railroad tracks, probably part of the original railroad construction. The fill at the abutments is underlain by terrace deposits which in turn are underlain by Santiago Formation. The terrace deposits extend to depths of 37 to 44 feet. The Santiago Formation continues to the maximum depth explored, 66.3 feet. A 5-foot-thick layer of colluvium overlies the terrace deposits at the location of boring B-l along the railroad tracks. The top of the terrace depots was encountered at depths of 4 to 7 feet along the railroad tracks. The top of the Santiago Formation at bent locations is at depths of 25 to 31 feet below the ground surface. The fill consists of silty sand. The terrace deposits are composed of medium dense to dense clayey and silty sandstones and sandy claystones. The underiying Santiago Formation consists of a very dense or hard silty sandstone and clayey siltstone. . @ AGRA ,*01*1 I .I*‘ ‘,0.., ,O,UIIOI~ Dokken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening Job No. 9252-102500 May 25, 1999 (revised July 12, 1999) Page (6) f i ! f Groundwater was encountered at depths of about 18 to more than 50 feet below the ground surface, corresponding to an elevation as high as about 30 feet above sea level. Groundwater * levels can rise following periods of rainfall and during the wet season. -. 3.3 SEISMOLOGY AND GEOLOGIC HAZARDS 3.3.1 General I I I I Southern California is known to be seismically active, and much geologic and seismologic evidence of earthquake activity is available. The engineering seismology study for this project included review of regional and local faulting, the general tectonic regime, and existing historic data. 3.3.2 Regional Faulting Earthquakes within about 60 miles of the site are capable of generating ground shaking of engineering significance to the structure. The site is located within the regional influence of several fault systems that are classified as active or potentially active. Figure 3 shows the proximity of the project to these faults. The most significant fault to the design of the project is the Newport- Inglewood-Rose Canyon/East Fault, about 5 miles to the west. The estimated peak acceleration during the maximum credible earthquake on this fault is estimated to be 0.59. 3.3.3 Local Faulting - The project site is not located within a currently established Alquist-Priolo Earthquake Study Zone. Consequently, trenching to locate active fault traces is not mandated. Surface fault rupture at the site during the design life of the structure is considered unlikely. However, the area is vulnerable to strong, earthquake-induced ground shaking during the design life of the project. 3.3.4 Liquefaction . . *. Liquefaction can occur when loose, granular soils below the water table are subjected to vibratory motions such as those induced by earthquakes. The vibrations cause a rise in the pore water pressure. If the pressure rises high enough, the sand can lose strength and behave as a fluid. Liquefaction can result in substantial settlements or other disruptions at the ground surface. - J Dense formational materials were encountered at relatively shallow depths in all the borings, and groundwater levels are relatively deep. Therefore, the potential for liquefaction is considered slight. ? POINSETTIA LANE OH WIDENING CARLSBAD, CALIFORNIA Eati 8 Envinwmental - ‘2 -7- 1 Dokken Engineering .- Structure Foundation Report Poinsettia Lane Overhead Widening Job No. 9-252-102500 ” May 25,1999 (revised July 12,1999) Page (8) j 4.0 CONCLUSIONS AND RECOMMENDATIONS 7 : - 4.1 EARTHWORK 4.1 .l General Minor earthwork associated with the widening and backfill adjacent to the bridge supports associated with construction of the foundation system is planned. All grading should be performed in conformance with Sections 300-3 and 300-4 of the ‘Greenbook’ Standard Specifications for Public Works Construction, latest edition. Ponding orjetting of unclassified fill and structure backfill should not be permitted. All fill and backfill materials should be compacted to at least 90% relative compaction based on the ASTM D 1557 laboratory test method (Section 211-2.1). The upper 3 feet of fill or backfill.beneath pavement structural sections should be compacted to at least 95% relative compaction. _- Fill slopes probably will be composed of granular soils which are susceptible to surface erosion. I Slope paving should be incorporated where 1:1X slopes are used. Consideration should be given to the use of jute mesh or other surface treatments to those slopes not being paved to minimize I soil transport by run-off. All roadway drainage should be directed to appropriate collection and discharge facilities so that run-off does not flow over the tops of slopes. 3 -T J 4.1 .i Settlements Only minor fills will be placed for final grading, and ground surface settlements are expected to be minimal. Settlements should be complete shortly after placement of the fill. No special settlement period is necessary. 4.1.3 Flexible Pavement Structural Section Poinsettia Lane has been assigned a Traffic Index (Tl) of 8.5 by the City of Cartsbad. A laboratory R-value test on a sample of existing fill material from the roadway resulted in a measured R-value of 68. Based on a maximum design value of 50 for conservatism, calculations in accordance with Caltrans procedures indicate that the following pavement section corresponding to a TI of 8.5 is appropriate: i I Y/-- -. I I 7 f 2 i 1 1 I I I I J 1 - : f ,j f i t i,.- 4 t i Dokken Engineering Job No. 9-252-102500 Structure Foundation Report May 25,1999 (revised July 12,1999) Poinsettia Lane Overhead Widening page (9) Pavement Component Asphalt Concrete Surface Course (AC) Aggregate Base Course (Class 2 AB) Thickness (inches) 5 6-X 4.2 BRIDGE FOUNDATIONS 4.2.1 General It is understood that the existing overhead structure is supported on driven piles. A potential for significant settlement exists if the new structure is supported on shallow foundations in existing fill. Cast-in-drilled-hole (CIDH) piles can be considered for support of the widening. However, caving occurred during drilling of the test borings, and groundwater levels are within anticipated pile depths. Therefore, driven piles appear most appropriate for foundation support. 4.2.2 Deep Foundations 4.2.2.1 Foundation CaPacitv and Settlement Driven piles will develop support by friction along the sides of the piles in the dense and hard formational materials at depth. Pile tip elevations for Class 45 piles at abutments and Class 70 piles at abutments and bents are presented in Table 1. Ultimate uplift capacities of the piles are also shown in Table 1. Actual uplift capacity for design may be limited by structural considerations . If pile spacing is at least 3 times the maximum dimension of the pile, no reduction in axial capacity for group effects is considered necessary. TABLE 1 TIP ELEVATIONS FOR CLASS 45 AND CLASS 70 PILES @AGRA L*‘l*‘l"** ‘10.U (oL"IIo*, 1 i 2 ; f I I 1 1 a -3 f i 1 l .- j/- ? . I Dokken Engineering Job No. 9-252-102500 Stwcture Foundation Report May 25, 1999 (revised July 12, 1999) Poinsettia Lane Overhead Widening Page WV 26 (1); 26 (2); 26 (5) (1) Compression; (2) Tension; (3) Lateral Loads -Table 2; (4) Scour Potential -was not evaluated for this study; (5) Liquefaction - very unlikely. Lateral loads causing % inch of deflection at the ground surface for 12-inch square piles are provided in Table 2. Lateral pile capacity can be assumed to increase linearly with deflection up to a maximum deflection of 1 inch. If deflections greater than 1 inch are anticipated, lateral capacities should be evaluated on a case-by-case basis. TABLE 2A LATERAL CAPACITIES FOR PILES (Steel H Piles) II Pile Location I Lateral Load at X inch Deflection II - I Free Fixed I Sting Weak strong Weak -1 2.5 ldps 1.4 kips 6.6 kips 4.1 klps Bent 2 I 7.9 kips ! 4.1 kips ! 23.8 kips ! 13.2 kips Bent 3 I 9.7 kips I 5.9 kips I 25.0 kips I 15.2 ldps & AGRA 1”‘1W~“1*6 ‘&OM, ,oL”II**, I i I 3 Dokken Engineering Job No. g-252-102500 Structure Foundation Report May 25, 1999 (revised July 12, 1999) Poinsettia Lane Overhead Widening page (11) TABLE 26 LATERAL CAPACITIES FOR PILES (12-Inch Square Concrete Piles) Pile settlement is expected to be on the order of % inch and should be essentially complete shortly after completion of the widening superstructure. 4.2.2.2 Pile Drivinq J Each pile should be evaluated during driving to determine if adequate capacity has been achieved. For practical purposes, final set should equal or exceed that required for the recommended allowable load capacity based on ‘Greenbook’ Standard Specifications for Public Works Construction Section 3051.5. If specified tip elevation is reached without satisfying the _ Greenbook formula, pile driving should continue until final set is attained. Piles which encounter practical driving refusal above the specified tip elevation may be acceptable, depending on pile and hammer behavior during driving. The geotechnical engineer should observe pile driving and evaluate each pile on a case-by-case basis. lt is recommended that a pile hammer which develops a minimum energy of 40,000 foot-pounds per blow be used. Drilling in the terrace deposits for pile installation at the abutments and bents does not appear needed unless cobbles or extensive gravel lenses are encountered. Calculations indicate that the piles will have to be driven 10 to 14 feet into Santiago Formation at the bents in order to develop required vertical capacities. Drilling likely will be needed to advance the piles to specifiid tip elevations at the bents. Drilled holes in the Santiago Formation should not have diameters larger than the minimum pile dimension and should not extend closer than 5 feet to specified tip elevations. & AGRA I*‘w‘f”m‘ Irma., SO,UI~O”, Dokken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening Job No. 9-252-102500 . May 25,1999 (revised July 12,1999) Page (12) 4.2.3 Other Design Parameters e Average geotechnical parameters for bridge design are: . The wet density can be taken as 130 pounds per cubic foot (pcf). . The modulus of subgrade reaction under vertical loads for soils at abutments can be taken as 150 pounds per cubic inch. . Active and passive equivalent fluid pressures of 35 pcf and 350 pcf, respectively, can be used for wingwall design. 4.2.4 Seismic Design Criteria As discussed in Section 3.3.5, a peak horizontal bedrock acceleration of 0.59 should be used for this site. For design purposes, the depth to rock-like material can be considered to be IO to 80 feet. 4.2.5 Corrosion Laboratory test results indicate that the soils underlying the site form a slightly to moderately corrosive environment with respect to steel and reinforced concrete. Type II portland cement is recommended for use in Concrete in contact with the ground. Adequate concrete cover over reinforcing steel should be provided in accordance with good construction practices and design standards. - 5.0 CLOSURE 5.1 GEOTECHNICAL REVIEW The foundation and earthwork plans and pertinent sections of the project specifications should be reviewed by the geotechnical engineer to evaluate confomrance with the intent of the conclusions and recommendations contained in this report. If project conditions or final design vary from those described in this report, AGRA should be contacted regarding the applicability of, and the necessity for any revisions to, the conclusions and recommendations presented in this report. Removal of unsuitable soils, placement and compaction of structural fill, and excavations for foctings should be observed by the geotechnical engineer and engineering geologist of record. @$ AGRA ,“‘IWIIIW rAwal so,YIloYI 1 7 - / * i i I 1 I I 1 .- 1 J -! J i . * _1 7 ? k- v 4 Dokken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening Job No. 9-252-102.500 May 25, 1999 (revised July 12, 1999) Page (13) Appropriate field tests should be performed to provide quality control and quality assurance for structural fills and related earthwork elements. ’ 5.2 LIMITATIONS This report is based on the project as described and the information obtained from the test borings at the approximate locations indicated on Figure 2. The findings are based on the results of the field, laboratory and office investigations, combined with interpolation and extrapolation of conditions between and beyond the boring locations and reflect interpretation of the limited direct evidence obtained. This report has been prepared for the use of Dokken Engineenng in design of the described project. It may not contain sufficient information for other users or other purposes. This report has been prepared in accordance with generally accepted geotechnical practice in the San Diego County area. It may not contain sufficient information for other projects or uses. AGRA Earth & Environmental Principal Engineer Brian H. Reck, CEG 1792 Senior Geologist JJS/js Distribution: (6) client ,**I*#, law, (r,Ola, ,O‘“IIQ”I Dokken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening REFERENCES Job No. 9-252-l 02500 May 25, 1999 (revised July 12, 1999) Page (14 1. 2. 3. 4. 5. 6. 7. /I a. 9. 10. 12. 13. 14. Mualchin L., California Seismic Hazard Detail Index Map, dated July 1996. Blake, T.F., 1992, EQFAULT Ver. 1 .Ol, Estimation of Peak Horizontal Acceleration from Digitized California Faults, Computer Program. California Department of Transportation, 1989, Bridge Design Aids Manual. , 1986, Bridge Design Details Manual. , 1987, Bridge Design Specifications Manual. 9 1986, Bridge Memo to Designers Manual. 1 , 1995, Highway Design Manual. , 1995, Standard Specifications. California Department of Transportation, Division of Structures, As-Built Plans, Woodley Street Overhead, December 1960(?). California Division of Mines and Geology, Weber, F.H., 1982, Recent Slope Failures, and Related Geology of the North-Central Coastal Area, San Diego County, California. California Division of Mines and Geology, Weber, F.H., -1963, Geology and Mineral Resources of San Diego County, California, County Report 3. Department of the Navy, Naval Facilities Engineering Command, 1982, NAVFAC DM-7.2, Foundations and Earth Structures. Jennings, C.W., 1992, Preliminary Fault Activity Map of California, Compilation and Interpretation: California Division of Mines and Geology, DMG Open-File Report 92-03. . @ AGRA ‘“‘W‘I”I”‘ (110.11 IOL”rlQ*, L Dokken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening Job No. 9252-102500 May 25,1999 (revised Juty 12, 1999) Page (15) 15. Seed, H.B. and Idriss, I.M., 1982, Ground Motions and Soil Liquefaction During Earthquakes: EERI Monograph Series, Berkeley, California. , 16. Slemmons, D.B., 1982, Determination of Design Earthquake Magnitudes for Microzonation, Proceeding of Third International Microzonation Conference, Vol. 1. I’ i I. , , . I 1 ,/% .’ I s ! , I I .- I ,.-- I t I s APPENDIX A Project: Poinsettia Lane Bridge Job. No. g-252-102506 5/25/99 Page A-i . i i I I I i l . i s - - e UNIFIED SOIL CLASSIFICATION LABORATORY CLASSIFICATION CRlTERlA GW and SW: Cu = I& /ID,@ greater than 4 for GW, greater than 6 for SW Cc = I&‘& x Dlo bahveen 1 and 3 GP and SP: Clean gravel or sand not meeting requinments for GW and SW GM and SM: Atterberg Limit below -A-LINP or PI less than 4 GC and SC: Atterbarg Limit abova .A-LINE”, or PI greater than 4 LIQUID LIMIT E ilt or . hY Era j$$trn $$a%?” 1 $$tel 1 Egf Cobble 1 BouMer 40 10 4 34' 3 12 Classification of earth materials is based on field ins construed to imply laboratory analysis unless so ction and should not bs sta Q” ed MATERIAL SYMBOLS Asphalt Conglomerate cl .,.... Sandstone . . . . Silty Sandstone Clayey Sandstone Siltstone Sandy Siltstone Cla e Siltstone IS& Elaystone ClaystonefShale Calcaerous Sandstom Marl Limestone Dolostotle El AA Breccia Volcanic Aswruff Metamorphic Rock Extruslle Igneous Rot Intrusive Igneous Rock CONSISTENCY CLASSIFICATION FOR SOILS s 6-10 6-10 11-30 11-30 31-66 31-50 50 50 I Test Cohesive Very Soft soft kdium Stll Stiff Very Stiff Had l using 14tMb. hammer with 30’ drop = 366 ft-lb/blow .LEGEND OF BORING ‘NSR” indites NO SAMPLE RECOVERY Q Project: Poinsettia Lane Bridge Job. No. 9-252-102500 5/25/99 Page A-2 '1 I r . . - i SANDSTONE. . ..Trace of fine GRAVEL at 21 ft. ted tine to medium SILTY -GGy&tiie ~~Yl%~IL~S~O~E~p6& bgdd&y - - brown below 38 ft. 1. Total depth 40.5 feet. 2. Sampler driven by l40-pound hammer falling from 3. Elevation obtained from on-site survey. * - 1 , Project: Poinsettia Lane Bridge Job. No. 9252-102500 5/25&9 Page A-3 _- own poorly indurated fine with minute voids and magnesium-oxide staining. -&yGre%nSARDY CL@%TOmmtTi r?iinuieYoi&. --v-w--- - &ay+%en and orange-brown poo* i%&&d f%ie- - SILTY SANDSTONE. se&lea CLAYEY STLl%lbt&- - - - 1. Refusal on hard rock at 41 feet. 2. Sampler driven by 140-pound hammer falling from 30” height. 3. Elevation obtained from on-site survey. - THE TIME AND LOCATION INDICATED. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND TIMES. Logged by: TMP Project: Poinsettia Lane Bridge Job. No. 9-252-l 02500 s/25/99 Page A-4 TEST BORING LOG 1 BORING: B-3 Sheet 1 of Date(s) Drllled: 5/6/99 Surface Elevation (ft): 77 Total Depth of Boring (ft): 61.5 Hole Diameter (In):8 3/4” Rig Type: Hollow Stem Auger Drilling CoWactor: C 8 K Drilling Depth to Groundwater (ft): 51 Boring Completion: Backfilled on S/5/99 Caving: not recorded - ... ,I’ SM ‘, _. FILL: 5 z _.. .:: Yellow-brown fine to medium SILTY SAND. 21 1.4 1 SANDSTONE. . ..Red-yellow below 32 ft. SANDSTONE. - . 1. Total depth 61.5 feet. 3. Elevation obtained from on-site survey. . ATIONS AND TIMES. 1 f y- . i I I .- I’ I f i Project: Pomsettra Lane Bridge Job. No. S-252-102500 5/25/99 Page A-5 I 7 .- . i 4 i 7 i .i i , , TEST BORING LOG 1 BORING: B-4 Sheet 1 01 Date(s) Drilled: 5I7199 ’ Surface Elevation (ft): 77 Total Depth of Boring (ft): 88.3 Hole Diameter (In):8 314” Rig Type: Hollow Stem Auger Drilling Contractor: C 8 K Drilling Depth to Groundwater (ft): Boring Completion: Backfilled on W/99 Caving: not recorded - ,.. .:’ SM . . I, FILL: 5 I :: .:: Light brown fine to medium SILTY SAND. 111 9 33 2.5 1 . ..Dark red-brown below 25.5 ft. TERRACE DEPOSITS: Red-brown poorly indurated fine to medium SILTY SANDSTONE. -Y&%-l%& 6 o~n~e&&n-pc%l~n&~t~fi~ G - coarse SANDSTONE. SILTSTONE with scattered fine SANDSTONE lenses. L 70 - NOTES: 75 - 80 - 85 - 1. Total depth 88.3 feet. 2. Sampler driven by 140-pound hammer falling from 30” height. . 3. Elevation obtained from on-site survey. THIS BORING LOG SUMMARY APPLIES ONLY AT THE TIME AND LOCATION INDICATED. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND TIMES. Logged by: CEN 1 /-- / APPENDIX- B ,.- J I 1 . J- ! Dokken Engineering Structure Foundation Report Poinsettia Lane Overhead Widening Job No. 9-252-102500 May25, 1999 (revised July 12, 1999) Page P-1) APPENDIX B LABORATORY TESTING The laboratory test program was designed to ffi the specific needs of this project and was limited to testing on-site materials. A brief description of each type of test is presented below. Results are given on the following pages and on the boring logs in Appendix A. : Moisture contents and dry densities were determined for numerous relatively undisturbed samples. Results are listed on the boring logs in Appendix A and the Log of Test Borings. In addition to the in-situ field tests, strength characteristics of the subsurface soils were determined in the laboratory by direct shear tests performed on 3 relatively undisturbed samples. Specimens were submerged and tested at 3 normal loads. All samples were tested in a 25inch I.D. circular shear box, using a controlled displacement rate. The direct shear tests were performed in general accordance with ASTM D 3080. Results are listed in Table B-l. Corrosivity tests were performed on 1 sample. The pH and minimum electrical resistivii were determined in general accordance with California Test 843. Soluble Sulphate content was determined in accordance with California Test 417. Total chloride ion content was determined in accordance with California Test 532. Results are contained in Table B-2. The grain size distribution of 1 sample was determined in general accordance with ASTM 0 422. Results are plotted on Page B-3. . An R-value test was performed in accordance with California Test 301 procedures. Results are discussed in the main text of the report. Soil samples not tested are now stored in our laboratory for future reference and analysis, if needed. Unless notified to the contrary, all samples will be disposed of 30 days from the date of this report. i 3 -?- J 4 1 ? . _- Dokken Engineering Job No. 9-252-102500 Structure Foundation Report May 25, 1999 (revised July 12, 1999) Poinsettia Lane Overhead Widening Page P-2) TABLE B-l SUMMARY OF DIRECT SHEAR TEST RESULTS (ASTM D 3080-721 Boring No. / Sample No. B-l I4 B-3 I2 B-3 I 6 Peak Shear Normal Stress Stress (psf) (psf) 1125 1526 2160 2729 - 3195 3571 1125 1221 2160 2303 3195 2867 Shear Streq at 0.25 in DisDlacement (psf) 712 1619 2461 842 1720 2387 1125 888 731 2160 I 1647 I 1443 TABLE B-2 i ? SUMMARY OF CORROSNITY - TEST RESULTS (California Test Nos. 417,422 and 643) , - @ Rm PaPer @ AGRA 1*1111111 lW.5 (IIM., Io,vIto*~ I 1 .- a I 1 ; i I I I I 1 ; i I . J I .- I ! * I / I , , / I 1 1 I I 0 1 I 1 r E; d * I .8 d -Y! ! ! !! !! !! !! !! !! !! ! ! I L 0 ; ; ? > IIIIIIIIIIIIII I I I I I I I I 0 I I I I IIIIIIIIIIIIII I I I-- --, , , , ,--1 , r I-- ,- , I I 1 I IllIrIIIillll~~i~iii~ , , , , , , ( , , , , , , , ( , ( , , I i I I 1 1 1 I I I I 1 ( 1 ( 1 1 1 ( , I I I I I I I I I I I I I I i , , , , , i i , , i i , , i (IHOl3M A& 9NGSVd JcN33Y3d Page (B-3) _- ,- a’ 0 0 zn 84 i I 4 ’ i e I I /-C- *--- __---- --- r- I I 4’ r I I - 1 5 [I ‘; iii ii Ii ’ I wJ-4 1’ I I 2 I I El I I I Si I I I I 1 I 1 0 6 I I 1’ I 11 I’ I IY I I ! 2 I I I , I 1 I 1’ I I ? : I 8 I I I I I x- I ‘6 ,I/---- _A--- -------la I r ma.’ I I I -Lsiw% Ii i a* s f 1 i : ’ F ; - ACORD, CERTIFICATE OF LIABILITY INSURANCL Rzo-1 op I~ K DATEIMWDolrr) PRODUCER 05/29/02 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Thomas McGee, L.C. 920 Main, Suite 1700 Kansas City MO 64105 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Phone:816-842-4800 Fax:816-472-5018 INSURERS AFFORDING COVERAGE INSURED INSURERPI: Zurich American Ins Co* INSURERB: American Guarantee 6 Liab Ins* Herzog Contracti3 Cow. 600 S Riversade P 0 Box 1089 St Joseph MO 64502-1089 I INSURERE INSURER C: INSURER D COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURE0 NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMEM WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBE0 HEREIN IS SUBJECT TO ALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. BAP9280799-01 ALL OWNED AUTOS SCHEDULE0 AUTOS HIRED AUTOS NON-OWNED AUTOS - BODILY INJURY (pa addant) s - IPeracddanI) PROPERTY DAMAGE 5 GARAGE LIABILITY ANY AUTO AUTOONLY -EAACCIDENT OTHERTHAN 3 s1,000,000 AGGREGATE 06/01/03 06/01/02 s1,000,000 EACH OCCURRENCE 5 AUTO ONLY AGG EXCESS LlABlLlN B AUO8483625-04 3 OCCUR [7 CLAIMSMAOE I DEDUCTIBLE X RETENTION 5 10000 WORKERS COMPENSATION AND EMPLOIERS' LIABILIN 3 I I W:Rm%sI 1":: E.L. EACHACCIDEM s E.L. DISEASE. EA EMPLOYE^ s E.L. DISEASE - mucY LIMIT I 3 DTHER DESCRIPTION OF OPERATIONSILOCATIONSNHlCLE8/UCLUSlO~ MDED BY ENWRSEMENTISPECYL PROWSIONS Re: Poinsettia Lane Overhead Widening, Contract %3551. City of Carlsbad, its officials, employees 6 volunteers are named as additional insured hereunder as respects liability arising out of activities performed by or on behalf o f the Named Insured. Coverage under this policy is primary insurance as respect the City. DATE THEREOF, THE ISSUING INSURER WlLL ENDEAVOR TO MAIL DAYS WRITTEN City Clerk City of Carlsbad CA NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FIlLURE TO DO So SWLL 1635 Faraday Avenue Carlsbad CA 92008-7314 REPRESENTATIVES. IMPOSE NO OBUGATION OR UABILIN OF ANY KIND UPON THE INSURER, ITS AGENTS OR I ACORD 254 (7/97) OACORD CORPORATION 1988 IMPORTANT if the certificate holder is an ADDiTlONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement@). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy. certain policies may require an endorsement. A statement on this certificate does not confer fights to the cerUficate holder in lieu of such endorsement@). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. JlJN 0 3 '"$1 .. CORD 254 (7137)