Loading...
HomeMy WebLinkAboutPalm Engineering Construction Co Inc; 2012-05-30; PWS12-22UTIL( CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 BID NO. PWS12-22UTIL Revised 06/10/09 Contract No. 6608 Page 1 of 188 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 7 Contractor's Proposal 11 Bid Security Form 21 Bidder's Bond to Accompany Proposal 22 Guide for Completing the "Designation of Subcontractors" Form 23 Designation of Subcontractor and Amount of Subcontractor's Bid Items 26 Bidder's Statement of Technical Ability and Experience 27 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 28 Bidder's Statement Re Debarment 29 Bidder's Disclosure of Discipline Record 30 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 32 Contract Public Works 33 Labor and Materials Bond 39 Faithful Performance/Warranty Bond 41 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 43 c Revised 06/10/09 Contract No. 6608 Page 2 of 188 Pages GENERAL PROVISIONS c c Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 46 1-2 Definitions 47 1-3 Abbreviations 50 1-4 Units of Measure 53 1- 5 Symbols 54 Section 2 Scope and Control of the Work 2- 1 Award and Execution of Contract 55 2-2 Assignment 55 2-3 Subcontracts 55 2-4 Contract Bonds 56 2-5 Plans and Specifications 57 2-6 Work to be Done 61 2-7 Subsurface Data 61 2-8 Right-of-Way 61 2-9 Surveying 61 2-10 Authority of Board and Engineer 65 2- 11 Inspection 65 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 66 3-2 Changes Initiated by the Agency 66 3-3 Extra Work 67 3-4 Changed Conditions 69 3- 5 Disputed Work 71 Section 4 Control of Materials 4- 1 Materials and Workmanship 73 4- 2 Materials Transportation, Handling and Storage 77 Section 5 Utilities 5- 1 Location 78 5-2 Protection 78 5-3 Removal 79 5-4 Relocation 79 5-5 Delays 80 5- 6 Cooperation 80 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 80 6-2 Prosecution of Work 81 6-3 Suspension of Work 81 6-4 Default by Contractor 82 6-5 Termination of Contract 82 6-6 Delays and Extensions of Time 83 6-7 Time of Completion 83 6-8 Completion, Acceptance, and Warranty 84 6-9 Liquidated Damages 85 6-10 Use of Improvement During Construction 85 Revised 06/10/09 Contract No. 6608 Page 3 of 188 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 85 7-2 Labor 85 7-3 Liability Insurance 85 7-4 Workers' Compensation Insurance 86 7-5 Permits 86 7-6 The Contractor's Representative 87 7-7 Cooperation and Collateral Work 87 7-8 Project Site Maintenance 88 7-9 Protection and Restoration of Existing Improvements 89 7-10 Public Convenience and Safety 90 7-11 Patent Fees or Royalties 97 7-12 Advertising 97 7-13 Laws to be Observed 97 7-14 Antitrust Claims 97 Section 8 Facilities for Agency Personnel (Not Used) Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 97 9-2 Lump Sum Work 98 9-3 Payment 98 9-4 Bid Items 101 Revised 06/10/09 Contract No. 6608 Page 4 of 188 Pages ^^^^^^ SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products 109 200- 2 Untreated Base Materials 110 Section 201 Concrete, Mortar and Related Materials 201- 1 Portland Cement Concrete Ill 201-3 Expansion Joint Filler and Joint Sealants Ill Section 203 Bituminous Materials 203-6 Asphalt Concrete 112 203-11 Asphalt Rubber Hot Mix (ARHM) Wet Process 113 203- 13 Asphalt Pavement Crack Sealants 113 Section 204 Lumber and Treatment with Preservatives 204- 1 Lumber and Plywood 113 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 114 206-8 Light Gage Steel Tubing and Connectors 116 206- 9 Portable Changeable Message Sign 117 Section 207 Pipe 207- 2 Reinforced Concrete Pipe 118 207-9 Iron Pipe and Fittings 118 207-10 Steel Pipe 119 207-25 Underground Utility Marking Tape 119 Section 210 Paint and Protective Coatings 210-1 Paint 121 Section 212 Landscape and Irrigation Materials 212- 1 Landscape Materials 121 Section 213 Engineering Fabrics 213- 2 Geotextiles 122 213- 3 Erosion Control Specialties 123 Section 214 Pavement Markers 214- 5 Reflective Pavement Markers 123 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 125 300-2 Unclassified Excavation 125 300-3 Structure Excavation and Backfill 127 300-4 Unclassified Fill 127 300-5 Borrow Excavation 128 300- 13 Storm Water Pollution Prevention Plan 128 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301- 1 Subgrade Preparation 129 Revised 06/10/09 Contract No. 6608 Page 5 of 188 Pages Section 302 302-1 302-5 302- 11 Section 303 303- 2 303-5 303-6 Section 306 306-1 306-5 Section 307 307 Section 310 310-5 310-7 Section 312 312- 1 Section 313 313- 1 313-2 313-3 313-4 Parte 600-3 Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Appendix H Roadway Surfacing Oiled Roadways and Shoulders 130 Asphalt Concrete Pavement 132 Asphalt Pavement Repairs and Remediation 132 Concrete and Masonry Construction. Air-Placed Concrete 134 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 134 Stamped Concrete 134 Underground Conduit Construction Open Trench Operations 134 Abandonment of Conduits and Structures 138 Street Lighting and Traffic Signals Street Lighting and Traffic Signals 138 Painting Painting Various Surfaces 138 Permanent Signing 139 Pavement Marker Placement and Removal Placement 139 Temporary Traffic Control Devices Temporary Traffic Pavement Markers 140 Temporary Traffic Signing 141 Temporary Railing (Type K) and Crash Cushions 141 Measurement and Payment 142 Modified Asphalt, Pavement and Processes Rubberized Emulsion - Aggregate Slurry 144 APPENDIXES Door Hangers 145 CEQA Notice OF Exemption 149 Standard Form Tier 1-Storm Water Pollution Prevention Plan 150 Potholing , 153 Storm Drain Inlet Stencil 182 Standard Traffic Control Plan 184 City of Carlsbad Standard Notes for Signing and Striping Plans 185 City of Carlsbad Modifications to San Diego Regional Standard Drawings 187 ^¥ Revised 06/10/09 Contract No. 6608 Page 6 of 188 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON MARCH 6, 2012, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The project is the construction of drainage improvements in four discrete locations and includes the following: installation of a cross- gutter, Type B/B-1/B-2 curb inlet, Type A4 storm drain cleanout, demolition and replacement of PCC curb, gutter and sidewalk, remove and replace sidewalk underdrain, remove and replace AC and PCC driveways, 245 lineal feet of 18" RCP storm drain, 245 lineal feet of trench resurfacing, square feet of 1 V% grind and overlay, demolition and removal of existing AC, relocate and adjust existing water services, slurry fill 150 lineal feet existing storm drain pipeline, potholing, traffic control, and compliance with storm water pollution best management practices. NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 BID NO. PWS12-22UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Utility Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction. Parts 2 & 3. current edition at time of bid opening and the supplements thereto as published bv the "Greenbook" Committee of Public Works Standards, Inc.. all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. V Revised 06/10/09 Contract No. 6608 Page 7 of 188 Pages The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. ^ BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security). ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $300,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not Involve federal funds. The following classifications are acceptable for this contract: Classification I Description General Engineering ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $35.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Revised 06/10/09 Contract No. 6608 Page 8 of 188 Pages c INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or ail bids and to waive any minor irregularity or informality in such bids. THE PAYMENT OF PREVAILING WAGES IS NOT REQUIRED The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Council has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. PRE BID MEETING A pre-bid meeting will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bidders Inquires Bidders' inquiries will be accepted until 2:00 pm, . Bidders inquiries are to be submitted in writing to Sherri.Howard@carlsbadca.gov. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other Revised 06/10/09 Contract No. 6608 Page 9 of 188 Pages instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty (20) days of receipt of the contract documents for execution. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder W may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2012-003 adopted on the 10*^ day of January, 2012. January 30, 2012 Pate ^ Deputy City Clerk Revised 06/10/09 Contract No. 6608 Page 10 of 188 Pages CITY OF CARLSBAD NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 CONTRACTOR'S PROPOSAL i OPENED, WITNESSED AND City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DATE The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6608 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE"A"SHARED IMPROVEMENTS Item No. A-1 A-2 A-3 A-4 Description Mobilization at 3 Approximate Quantity And Unit LS (Price in Words) Dewatering as Required by Engineer per Section 3-3, General Provisions at Ten Thousand Dollars (Price in Words) Storm Water Pollution Control $10,000 LS (Price in Words) Potholing and Utility CQQidination (Price in Words) LS Unit Price (Figures) $10.000 Total Amount (Figures) $JL0^OOD_ $ \Q^OOC^ $10.000 Revised 06/10/09 Contract No. 6608 Page 11 of 188 Pages Total amount of bid in words for Schedule "A": Total amount of bid in numbers for Schedule "A": $ ^'S> ^QCXD SCHEDULE "B" PACIFIC AVE AND MOUNTAIN VIEW Item No. Description B-1 Remove AC Cross-gutter and Construct PCC Cjoss-qutter at Approximate Quantity and Unit 950 SF Unit Price (Figures) Total Amount (Figures) (Unit Price in Words) B-2 VA" Grind Asphalt Concrete at (Unit Price in Words) B-3 Construct 1^/2" Minimum Asphalt Concrete Overlay at Aspnait uonctete uv (Unit P(QVIVV\ itPribe in"W ords) B-4 Traffic Control at (Price in Words) 3,200 SF $_ 30 TONS $. $_S400 hedule Total amount of bid in numbers for Schedule "B": $_ Item No. SCHEDULE "C" MADISON ST BETWEEN GRAND AVE AND ARBUCKLE PL Description Approximate Quantity and Unit C-1 Remove Existing and Replace with 6" Curb and Gutter j(SDRSD G-2) at • 230 LF unou ^ji-z) ai ^ ^ it (Unit Price in Words) Revised 06/10/09 Unit Price (Figures) 2^ Total Amount (Figures) Contract No. 6608 Page 12 of 188 Pages Item No. C-2 C-3 C-4 C-5 Description Remove Existing and Replace with 4" PCC Sidewalk (SDRSD (Unit Price in Words) AC Removal and Replacement (Driveways and Parking Lot) at (Unit Price in Words) IVa" Grind Asphalt Concrete at (Unit Price in Words) Construct 1 Va" Minimum Asphalt Concrete Overlay at (Unit Price in Words) Replace Signing and Striping at . (Price In Words) Slurry Fill Existing Stomi Drain per Section 3-3 SSPWC at Two Thousand Five Hundred Dollars (Unit Price in Words) C-8 Adjust Landscape to Grade at (Price in Words) C-9 Reverse D-25 curb outlet at c-6 C-7 Approximate Quantity and Unit 600 SF 240 SF 5,920 SF $_ 56 TONS LS Unit Price (Figures) .uo stipulated $ 2.500 Total Amount (Figures) $ 4 105 $ \o,o&& $ 2.500 LS $__±i 1EA $_LSoo_ , \.5oQ (Unit Price in Words) Revised 06/10/09 Contract No. 6608 Page 13 of 188 Pages • Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) C-10 Adiust utility to grade . 3 EA $_ (Unit Price in Words) . C-11 Traffic Control at . . LS $ ^ t^^O $ ^ t^^O (Price in Words) Total amount of bid in numbers for Schedule "C": $ 2>£>^61'Z'^ SCHEDULE "D" ROOSEVELT ST BETWEEN BEECH ST AND LAGUNA ST Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) D-1 Type B/B-1 Curb Inlet (SDRSD 2 EA $ ^,SOD $ ^OOO \2o $2^400 am (Unit Price in Words) D-2 18" RCP Storm Drain Pipe at 245 LF (Unit Price in Words) D-3 Connect to Existing Storm 1 EA $ $ €>0O brain Cleanout at - (Unit Price in Words) D-4 Type A4 Storm Drain Cleanout 1 EA $ ^ » $_^_i50O_ (Unit Price in Words) D-5 Trench Resurfacing i;GS-26) at 245 LF (Unit Price in Words) 2-D $_43_oo Revised 06/10/09 Contract No. 6608 Page 14 of 188 Pages Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) D-6 Relocate/adjust Existing Water 2 EA $ \,S06 $ 3^0bO (Unit Price in Words) D-7 Remove and Replace Curb, LS $ ^QOQ $ Gutter, and Sidewalk Near Ecoposed Inlets at . (Price in Words) D-8 Traffic Control at . LS $ 2.^00& $ 2^00^ (Price in Words) D-9 Signing and Striping at . LS $ \. OCX3 $ ^ ,^00 (Price in Words) T^a|^ang|ji^o|^bid^w^ "D":_ Total amount of bid in numbers for Schedule "D": $ 5*3^ 4QQ SCHEDULE "E" HARRISON ST SOUTH OF CHINQUAPIN AVE Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) 475 LF $ 5 $ 2. E-1 Curb and Gutter/AC Berm Rfonoval and Disposal at (Unit Price in Words) E-2 6" Curb and Gutter (SDRSD 475 LF (Unit Price in Words) 24 $ W.ACO Revised 06/10/09 Contract No. 6608 Page 15 of 188 Pages Item No. Description E-3 Sidewalk Removal and Disposal and Replace with 4" PCC Sidewalk (SDRSD G-7) (Unit Price in Words) E-4 Remove and Replace AC Driveway Apron at* i\ A Approximate Quantity and Unit 850 SF 2EA (Unit Price in Words) E-5 Remove and Replace Concrete Driveway (SDRSD G-14p)at. , . (Unit Price in Words) E-6 1J^" Grind Asphalt Concrete at (Unit Price in Words) E-7 Constmct IVa" Minimum • Asphalt Concrete Overlay at (Unit Price in Words) E-8 Remove Subgrade Under Proposed Curb & Gutter and Replace.with Basa Materials at (Price in Words) E-9 Raise to Grade Existing Private Sanitary Sewer per S-7 1W VvDodbn?(i ckMif^ (Price in Words) LS LS Unit Price (Figures) 68 TONS $. AGO $. Total Amount (Figures) 2EA $_ \.lJDO a Z.4QO 7,050 SF $_ •^^O s 4,-230 $_AOD I* 9 Revised 06/10/09 Contract No. 6608 Page 16 of 188 Pages Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) E-10 Jcaffic Control at LS $ ^ ,000 $ S ^COQ (Price in Words) ^nry E-11 Signing and Striping at ^ LS $ lL>0 O " $J200_ (Price in Words) Total amount of bid in numbers for Schedule "E": $ Total amount of bid in words including Schedule "A", and Schedule "B\ and Schedule "C", and A Total amount of bid in numbers including SchedulfiJ'A". and Schedule "B", and Schedule "C", and Schedule "D", and Schedule "E": $ 11 1 , ^ The basis of award will be the sum of Schedule "A" through "E". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)._\_, has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carisbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license nunpber ^S^H "^jO , classification A ^ ^>^ C" c7 which expires on ^ [2*0 1 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: A ^¥ Revised 06/10/09 Contract No. 6608 Page 17 of 188 Pages 1. That no Council member, officer agent, or employee of the City of Carisbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the 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 "^^cS "^T^V^JQD (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. 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. (5) E-Mail IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted \A (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State (Street and Number) (4) Zip Code Telephone No. (5) E-Mail Revised 06/10/09 Contract No. 6608 Page 18 of 188 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of Q^^^^(VV\\CA (4) Place of Business ^^^^^^ "V^- _ I ^ JjStreet and Numbei^ ^ City and State (5) Zip Code ^^\^\^\ (6) E-Mail pi\rvx6^^nT\r -c^rv> Telephone No. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ^¥ Revised 06/10/09 Contract No. 6608 Page 19 of 188 Pages CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of San Diego On March 13, 2012 before me Krystyna Patrick, Notary Public (Here insert name and title of the officer) personally appeared Rasoul Shahbazi who proved to me on the basis of satisfactory evidence to be the person(s) whose name(sXis)^af« subscribed to the within instrument and acknowledged to me that ^e^he/they executed the same in ^jsjfher/their authorized capacity(ies)7 and that by(fijs)her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITHJESS rvly ha KRYSTYNA PATRICK Commission No. 1941688 NOTARY PUBLIC-CALIFORNIA SSANOIEGO COUNTY My Comm Expires JUNE 20,201S ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description (Title or description of attached document) Title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notaiy in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect fornis (i.e. he/she/they^- is /ate ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnersliip, list names of all general partners, and managing partners: ^¥ Revised 06/10/09 Contract No. 6608 Page 20 of 188 Pages CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of San Diego On March 13, 2012 before me Krystyna Patricia, Notary Public (Here insert name and title of the officer) personally appeared Rasoul Shahbazi who proved to me on the basis of satisfactory evidence to be the person{s) whose name(sXTs)^ subscribed to the within instrument and acknowledged to me that @^he/they executed the same in ^j^er/their authorized capacity(ie^ and that by(@(her/their signature(s) on the instrument the person{s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KRYSTYNA PATfttCK Commission No. 1941688 NOTARY PUBUCOMLVORMA 8SAN04EOO COUNTY My CofflRi. ExpirM JUNE 20,2015 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description (Title or description of attached document) Title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/theyr is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area pennits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com BID SECURITY FORM (Check to Accompany Bid) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; othen^/ise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless othenA/ise required by law, and notwithstanding the award of the contract to another bidder. BIDDER ""Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) ^¥ Revised 06/10/09 Contract No. 6608 Page 21 of 188 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 KNOW ALL PERSONS BY THESE PRESENTS: PALM ENGINEERING U.S. SPECIALTY That we, CONSTRUCTION COMPANY, INC. . gS Principal, and INSURANCE COMPANY 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 amountV Tj^g^^|Rgf OF. GREATER f^j. ^vhich payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that If the proposal of the above- bounden Principal for NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 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; othenvlse, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Prrncipal shall Revised 06/10/09 Contract No. 6608 Page 22 of 188 Pages not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this ^ay of MARCH 20 12 PRINCIPAL: PALM ENGINEERING CONSTRUCTION COWgANY, INC. (name of Principaif)" By: ^ (sign here) RASOUL SHAHBAZI (print name here) PRESIDENT (sign here) RASOUL SHAHBAZI (print name here) SECRETARY Executed by SURETY this of MARCH SURETY: 1ST .20 12 . day (Title and Organization of Signatory) By; U.S. SPECIALTY INSURANCE COMPANY (name of Surety) 601 SOUTH FIGUEROA STREET, SUITE 1600 LOS ANGRT.F.R. CA QOm 7 (address of Surety) 301/649-0990 (telephone number of Sj^rety) Bv: y^^^U/ i f Surety) (title and organization of signatory) (signature of Attorney-in-Fact) MARK D. lATAROLA, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney Revised 06/10/09 Contract No. 6608 Page 23 of 188 Pages POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALI Surety BY THESE PRESENTSj That American Contractors Indemnity Cotppany^ a California corporation, United States a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporatioa (seyfctively, the y these presents make, constitute and appoint: Jp 1 John G. Maloney, Mark D. latarola or Helen Maloney of Escondido, California its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances^ undertakings or other instruments or contra^s suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed . -•^^^^•^^••p-ftggj^ jy^jnjQ^^»H:»»»»H. Dollars ($ ** 15,000,000.00**1. This Power of Attorney shall expire without further action on March 18, 2015. This Power of Attomey is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following ^lgp^^^gis:Bi MS layie given full power and authority for and in the name of and on behalf of fte Company, t© exsjute, acknowledge and deliver, any and all bonds, iontracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained pei^nages^d/or final estimates on engineering and construction contracts, and any and alt notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attomey or any certificate relating thereto by facsimile, and any power of attomey or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Conipany with resggct lfe= any bond or undertaking to which it is attached, SfJHPlifa. Bi |gi IN WITNESS WHEREOF, The Compantes have caused this instrument to be signed and their corporate seals to b^^e 3"^ day of October, 2011. AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY State of California Daniel P. Aguilar, Vice President County of Los Angeles SS: On this 3"* day of October, 20 U, before nie,Deborah::Reese, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Ctmipany, United States Surety Company and U.S. Specialty Insurance Company vpho proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. l-^rtify ^ef-PlNALTY OF PERJURY under the laws of the State of CaIifomia-tiiatAe~fofegoing paragraph is true and correct. WiiNESS^nrTiahd and official seal. ---^.^.^..^ —^.^— Signature ^MmuL^ ,JU'^^ (Seal) "UStoSSj* * I, Jeannie Lee, Assistant Secretary of lAmerican Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certi^ that ifie afipve^aad foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in ftril^orce"and effect; furthermore, the resolutions of the Boards of Directors, set-oul in flie Power of Attomey are in fiill force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 1ST day of MMCH ,2012. Corporate Seals Bond No. Agency No. 4013 CALIFORNIA ALL-PURPOSE ACKI SSSSSS^rfriSSh^5SS^gg5SSSSSSSSSS fLEDGMENT State of California County of SAN DIEGO ) On 3/1/12 before me, DEBORAH D. DAVIS, NOTARY PUBLIC personally appeared MARK D. lATAROLA who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/ their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. DEBORAH D. DAViS COMM. #1929979 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY My Comm. Exp. APRIL 21,2015 WITNESS my hand and official seal. — OPTIONAL SECTION ^™ CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. • INDIVIDUAL • CORPORATE OFFICER(S) TITLE(S) • PARTNER(S) •LIMITED • GENERAL 1] ATTORNEY-IN-FACT • TRUSTEE(S) • GUARDIAN/CONSERVATOR • OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Company Profile Page 1 of 2 Company Profile U.S. SPECIALTY INSURANCE COMPANY 13403 NORTHWEST FREEWAY HOUSTON, TX 77040-6094 Former Names for Company U.S. SPECIALTY INSURANCE COMPANY DBA ^. ioo,c Old Name: ussPECIALTY INSURANCE COMPANY ^^^^^^'"^ 05-16-1996 Old Name: f^'^l^f^^^'''^™'' * INSURANCE ^^^^^^^ ,2-21-1993 COMPANY Agent for Service of Process CHARLES BACLET, 2875 MICHELLE DRIVE SUITE 100 IRVINE, CA 92606 Unable to Locate the Agent for Service of Process? Reference Information NAIC#: 29599 NAIC Group #: 0984 California Company ID #: 3220-1 Date authorized in California: October 30, 1989 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: TEXAS Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS http://interactive.web.insurance.ca.gov/webuser/idb_co jprof_utl.get_co_prof?p_EID=6955 3/14/2012 Company Profile Page 2 of 2 SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Last Revised - May 26, 2011 01:14 PM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=6955 3/14/2012 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1 -2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications In excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information mav result in reiection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Revised 06/10/09 Contract No. 6608 Page 24 of 188 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ^¥ Revised 06/10/09 Contract No. 6608 Page 25 of 188 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Portion of Work SUBCONTRACTOR'S BID ITEH Subcontractor Name and Location of Business lis Subcontractor's License No. and Classification* Amount of Work by Subcontractor in Dollars* KftPEKa.lnc. A JS\ Mind l(m^^:^(^ 1 Jr.-, - 0 Page \ of 1 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of tlie information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 06/10/09 Contract No. 6608 Page 26 of 188 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEIVIENT PROGRAM - 2011 CONTRACT NO. 6608 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Cohti:irct / / Revised 06/10/09 Contract No. 6608 Page 27 of 188 Pages Year Type of W^ork Value of Work Performed (Contract Amount) Project Duration (Months) For Whom Performed and Phone Number to Contact for Verification 2011 Surface Improvements (ie Concrete, Asphalt, Drain Systems, Excavation), Landscape, Electrical, Site Furnishings. $ 5,787,000.00 18- Still Working on Project Super Loop Transit' SANDAG - Erick Aguilar (760) 525-4492 2011 Excavation, Precast, Box Culvert $ 449,688.00 3 Descanso Box Culvert Extension: City of San Marcos - Jim Chafe (760) 744-1050 2011 Sidewalks, Curb & Gutter, Masonry Retaining Walls $ 424,665.91 5 Group 5K ADA Sidewalk Improvements: City of San Diego - Victor Razon (858) 627-3296 2011 Water, Sewer, Chilled Water and Drain Sysytems $ 455,969.00 11 Cafeteria Bookstore: San Diego Community College - Mason Schmitz (858) 635-6529 2011 Grading, Retaining WaUs, Landscaping, Site Furnishings $ 360,303.00 11 Buena Vista Creek: City of Vista - Mikhail Ogawa (619) 994-7074 2011 Street Repair, Demolition, Inter-Locking Pavers, Concrete Curb, Striping and Traffic Control $ 35,980.00 1 Lomas Santa Fe @ 1-15 Interchange: City of Solana Beach - Jim Greenstein (858) 720-2476 2010 Remove & Replace Sidewalk, Curb Gutter, Asphalt Striping and Traffic Control $ 402,681.18 3 Cardiff Safe Routes to School: City of Encinitas - Nick Deile (760) 633-2775 2010 Grading, Excavation, Concrete, Asphalt, Landscaping, Site Furnishing, Masonry, Fencing Sign and Traffic Installation $ 421,054.20 3 Veteran's Park: City of Poway - Jeff Beers (858) 668-4624 2010 Mass Grading, Cast-In-Place Concrete Retaining Walls, Curb & Gutter, Sidewalk, Asphalt Paving, Underground/ Site Utilities, Traffic Control, Landscaping, Electrical $ 2,216,540.00 7 Lakeside Riverpark Fire Station: Geoge Tockstein (619) 972-2765 2010 Remove & Replace Sidewalks, Curb & Gutter Cross Gutter, Bus Pads, Alley Pavement, Asphalt Pavement, Traffic Control at Over 200 Locations $ 1,347,200.00 9 Sidewalk Replacement Grp 2: City of San Diego -Hamid Yaghoubpoor (858) 627-3200 2010 Road Work, DemoHtion, Excavation, Curb & Gutter Sidewalk, Asphalt Pavement, Traffic Control $ 73,342.00 1 Regal Road Sidewalk Improvements: City of Encinitas - Nick Deile (760) 633-2775 2009 Road Work, Exacavation, Aphalt, Concrete, Signal Lighting, Landscaping, Fencing, Striping, and Traffic Control at Railroad Tracks $ 665,817.23 4 Mission Road & Pacific Street Improvements: City of San Marcos - Ryan Bishop (760) 594-4711 2009 Mass Exacavtion, Grading, Concrete, Storm Drains, Running Track Installation $ 824,587.28 2.5 Monte Vista High School: GUHSD - Scott Wilkins (619) 644-8000 2009 Road Work, Excavation, Concrete, Asphalt Pavement, Storm Drain Svstems, Traffic Control $ 204,145.50 2.5 Cardiff Alley Improvements: Citv of Encinitas - Kipp Hefner (760) 633-2775 2009 Excavation, Road Work, Storm Drain, Electrical, Concrete, Asphalt, Fencing, Traffic Control $ 764,377.83 8 Reo Drive StreetScape: City of San Diego - Kiumars Zerehpoush (858) 495-4736 2009 Excavation, Asphalt, Concrete, Micro-Tunneling Installation of Sewer Lines, Overhead Utility Relocation, Traffic Control $ 1,188,730.00 6 Quincy & Wilbur: City of San Diego - Fahmi Rekani (858) 495-4716 2009 Excavation, Concrete, Landscape, Installation of Drain Structures in Mission Bay, Shoring, Traffic Control $ 467,400.00 3 La Playa Storm Drain: City of San Diego - AH Heidari (858) 627-3296 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Q/^ Automobile Liability •/ Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of Insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ^¥ Revised 06/10/09 Contract No. 6608 Page 28 of 188 Pages CERTIFICATE OF LIABILITY INSURANCE OP,D BB DATE (MM/DD/YYYY) 05/08/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Teague Insurance Agency, Inc. License #0525512 4700 Spring St., 4th Floor La Mesa CA 91942 Phone:619-464-6851 Fax:619-464-1901 NAME: Stephanie Calhoun PRODUCER Teague Insurance Agency, Inc. License #0525512 4700 Spring St., 4th Floor La Mesa CA 91942 Phone:619-464-6851 Fax:619-464-1901 (A/c^NoExtv 619-668-2392 fwc.No): 619-668-4715 PRODUCER Teague Insurance Agency, Inc. License #0525512 4700 Spring St., 4th Floor La Mesa CA 91942 Phone:619-464-6851 Fax:619-464-1901 E-MAIL Q. ADDRESS: scalhoun@ teaguems. com PRODUCER Teague Insurance Agency, Inc. License #0525512 4700 Spring St., 4th Floor La Mesa CA 91942 Phone:619-464-6851 Fax:619-464-1901 PRODUCER c CUSTOMER ID#: PALME-D PRODUCER Teague Insurance Agency, Inc. License #0525512 4700 Spring St., 4th Floor La Mesa CA 91942 Phone:619-464-6851 Fax:619-464-1901 INSURER(S) AFFORDING COVERAGE NAIC # INSURED Palm Engineering Construction Co., Inc. 7330 Opportunity Road Ste J San Diego CA 92111 INSURER A: Westchester Fire Insurance Co. INSURED Palm Engineering Construction Co., Inc. 7330 Opportunity Road Ste J San Diego CA 92111 INSURERS: Golden Eagle Ins. Corp. 10836 INSURER C : INSURED Palm Engineering Construction Co., Inc. 7330 Opportunity Road Ste J San Diego CA 92111 INSURER D : Continental Casualty CacBpany INSURED Palm Engineering Construction Co., Inc. 7330 Opportunity Road Ste J San Diego CA 92111 INSURER E : Benchmark Insurance ConpcUiy INSURED Palm Engineering Construction Co., Inc. 7330 Opportunity Road Ste J San Diego CA 92111 INSURER F: Westchester Surplus COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AUL)L INSR SUUH WVD POLICY EFF POLICY NUMBER | (MM/DD/YYYY) l^LTCYEXP (MM/DD/YYYY) LIMITS A GENERAL LIABILITY G24144525002 07/01/11 i 07/01/12 EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY G24144525002 07/01/11 i 07/01/12 DAMAGE lU KbNIbU PREMISES (Ea occurrence) $ 100,000 s5,000 A X 1 CLAIMS-MADE "x] OCCUR G24144525002 07/01/11 i 07/01/12 MED EXP (Any one person) $ 100,000 s5,000 A "x] OCCUR G24144525002 07/01/11 i 07/01/12 PERSONAL & ADV INJURY $ 1,000,000 A G24144525002 07/01/11 i 07/01/12 GENERAL AGGREGATE $ 2,000,000 A GEN'L AGGREGATE LIMIT APPLIES PER: G24144525002 07/01/11 i 07/01/12 PRODUCTS - COMP/OP AGG $2,000,000 A PRO POLICY X JEcf LOC G24144525002 07/01/11 i 07/01/12 $ B AU1 X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS BA1036588 02/23/12 02/23/13 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 B AU1 X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS BA1036588 02/23/12 02/23/13 BODILY INJURY (Per person) $ B AU1 X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 02/23/13 BODILY INJURY (Per accident) $ B AU1 X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 02/23/13 PROPERTY DAMAGE (Per accident) $ B rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 02/23/13 $ B rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 02/23/13 $ D UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE L4018345566 07/01/11 07/01/12 EACH OCCURRENCE $ 4,000,000 D UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE L4018345566 07/01/11 07/01/12 AGGREGATE s 4,000,000 D DEDUCTIBLE RETENTION $ L4018345566 07/01/11 07/01/12 s D DEDUCTIBLE RETENTION $ L4018345566 07/01/11 07/01/12 $ E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y / ^ ANY PRORRIETOR/PARTNER/EXEGUTIVB r OFFICER/MEMBER EXCLUDED? 1 (Mandatory in NH) ' ' If yes, describe under DESCRIPTION OF OPERATIONS below ^l/A CST5002135 11/01/11 11/01/12 X 1 WC STATU- 1 OTN-1 TORY LIMITS i ER E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y / ^ ANY PRORRIETOR/PARTNER/EXEGUTIVB r OFFICER/MEMBER EXCLUDED? 1 (Mandatory in NH) ' ' If yes, describe under DESCRIPTION OF OPERATIONS below ^l/A CST5002135 11/01/11 11/01/12 E.L. EACH ACCIDENT $ 1,000,000 E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y / ^ ANY PRORRIETOR/PARTNER/EXEGUTIVB r OFFICER/MEMBER EXCLUDED? 1 (Mandatory in NH) ' ' If yes, describe under DESCRIPTION OF OPERATIONS below ^l/A CST5002135 11/01/11 11/01/12 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y / ^ ANY PRORRIETOR/PARTNER/EXEGUTIVB r OFFICER/MEMBER EXCLUDED? 1 (Mandatory in NH) ' ' If yes, describe under DESCRIPTION OF OPERATIONS below ^l/A 11/01/12 E.L. DISEASE - POLICY LIMIT $ 1,000,000 F Pollution Liability G24211794001 06/09/11 06/09/12 Per Occur 2,000,000 Agg. 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES i Job#6608 - Northwest Quadran' The City of Carlsbad, its ofi as additional insured with re written contract or agreemeni non-contributory wording per Attach ACORD 101, Additional Remarks Schedule, if more space :: Storm Drain Improvement Bid :icials, eirployees and voluntee sspects to general liability whi : per form CG20100704 & with pr attached form GLE00070196. s required) j PWS12-22UTIL cs are included an required by Lmary and CERTIFICATE HOLDER CANCELLATION City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 AUTHORIZED REPRESENTATIVE 'V^©jm^WAGORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are ^eiid marks of ACORD POLICY NUMBER: G24144525002 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 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 Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations As required by written contract signed by botii parites prior to loss. information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: G24144525002 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations As required by written contract signed by botii parites prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization{s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 • Named Insured Palm Engineering Construction Co., Inc. Endorsement Number Policy Symbol i Policy Number GLW G24144525002 Poficy Period 07/01/2011 TO 07/01/2012 Effective Date of Endorsement 07/01/2011 Insured By (Name of Insurance Company) Westchester Fire Insurance Company i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COISIDITION 4, OTHER INSURANCE, AMENDED - NON CONTRIBUTORY Paragraph 4,c. is deleted in its entirety and replaced by the following: c. If all of the other insurance permits contribution by equal shares, we will follow this method unless the insured is required by contract to provide insurance that is primary and non-contributory, and the 'Insured Contract" is executed prior to any loss. Where required by a contract, this insurance will be primary only when and to the extent as required by that contract. However, under the contributory approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicabie limit of insurance to the total applicable limits of insurance of all insurers. Authorized Representative GLE0007 {01-96) 39 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA - BLANKET We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Job Description Person or Organization Any person or organization for whom RE: All California Operations The named insured is required under Written contract to furnish this waiver This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The InfonTiation below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 11/1/11 Policy No. CST5002135 Endorsement No. Insured: Palm Engineering Construction Co Inc Insurance Company: BENCHMARK INSURANCE COMPANY Benchmark Insurance Company Countersigned by BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR (sign here) (pnnt name/title) Page \ Of \ pages of this Re Debarment form Revised 06/10/09 Contract No. 6608 Page 29 of 188 Pages W BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Workgyer been stayed? yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page. _Lof_L pages of this Disclosure of Discipline form Revised 06/10/09 Contract No. 6608 Page 30 of 188 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 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. A (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (name of Corlttsctor) By: Jsign here) (print name/title) Page \ of \ . pages of this Disclosure of Discipline form •F^ Revised 06/10/09 Contract No. 6608 Page 31 of 188 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 State of California ) ) SS. County of ) '^OSOO 1 CSUQ y\\^.g?l , being first duly sworn, deposes (Name of Bidder) and says thirt he br she is (Title) ~ >0 (Name ofjirm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put In a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare executed under penalty of perjury that the fonegoing is true and correct and that this affidavit was on the <^^'^ day of V5> >>rori3r-L^ . 20 to . Signature of Bidder Subscribed and sworn to before me on the X day of , 20. Signature of Notary ^¥ Revised 06/10/oX Contract No. 6608 Page 32 of 188 Pages Jurat State of California County of San Diego Subscribed and sworn to (or affirmed) before me on this 13th day of March 20 12 by Rasoul Shahbazi proved to mi on the basis of satisfactory evidence to be the person(s) who appeared before me. KHYSTVMAMTHieiC Commission No. 1M1688 NOTARY PUBLIC-CALIFONNIA SSANOIEGO COUNTY My Comm. ExpirM JUNE 20.20t5 J OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Document title or description (Title or description of attached document) Document title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) Example of an oath or affirmation to be asked by the notary prior to signing: "Do you swear or affirm that the statements made in the attached document are true to the best of your knowledge?" (The affiant must reply affirmatively.) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after January I, 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a Jurat stamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper wording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re-signed in front of the notary public during the jurat process. State and County information must be the State and County where the document signer(s) personally appeared before the notary public. Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. Print the name(s) of document signer(s) who personally appear at the time of notarization. Signature of the notary public must match the signature on file with the office of the county clerk. The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different jurat form. • Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. Securely attach this document to the signed document 2008 Version CAPA V 1.9.07 800-873-9865 www.NotaryClasses.com <="'Y OF Contract Administration www.carlsbadca.gov March 2, 2012 ADDENDUM NO. 1 RE: NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 PROJECT NO.: 6608 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-mentioned bid. New date for bid opening is: March 14, 2012 Time remains the same: 2:00 p.m. This addendum--receipt acknowledged-must be included to your bid when your bid is submitted. / RHONDA HEATHER Associate Contract Administrator ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 6> CITY OF CARLSBAD NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR PROGRAM AND PAVEMENT MANAGEMENT PROGRAM-2011 CONTRACT NOS. 6608 BID NO. PWS12-22UTIL Addendum No. 1 From: Sherri Howard, Project Manager Phone: (760)602-2756 Fax: (760) 602-8562 Email: Sherri.Howard@carlsbadca.gov No. of Pages: 4 (including this page) Date: March 2, 2012 Bid Opening Date: March 14, 2012 2:00 pm (unchanged) Notice Inviting Bids Change the bid opening to March 14, 2012: Replace line 1 Page 7 of 22 with the following: UNTIL 2:00 PM ON MARCH 6, 2012, the City shall accept sealed bids, clearly marked as such, Contractors Proposal Changes the unit of measure for 1 Yz" Minimum Asphalt Concrete Overlay to tons: Replace Page 12 of 188 with revised Page 12 of 188 (Changes Bid Item B-3) Replace Page 13 of 188 with revised Page 13 of 188 (Changes Bid Item C-5) Replace Page 16 of 188 with revised Page 13 of 188 (Changes Bid Item E-7) General Provisions Page 103 of 188, Third paragraph. Delete line 1 and replace with the following: Construction 1 Vz' Minimum Asphalt Concrete Overlay (Bid Item No. B-3) Tons Page 104 of 188, Third paragraph. Delete line 1 and replace with the following: Construction 1 Vz" Minimum Asphalt Concrete Overlay (Bid Item No. C-5) Tons Page 104 of 188, Forth paragraph. Delete line 1 and replace with the following: Construct Asphalt Concrete Overlay (Bid Item No. E-7) Tons Contract No. 6608/Bid No. PWS12-22UTIL Addendum No. 1 Total amount of bid in words for Schedule "A" Total amount of bid in numbers for Schedule "A": $_ Item No. SCHEDULE "B" PACIFIC AVE AND MOUNTAIN VIEW Description B-1 Remove AC Cross-gutter and Construct PCC Cross-gutter at Approximate Quantity and Unit 950 SF Unit Price (Figures) Total Amount (Figures) $ (Unit Price in Words) B-2 11/2" Grind Asphalt Concrete at 3,200 SF $_ B-3 (Unit Price in Words) Construct VM' Minimum Asphalt Concrete Overiay at 30 TONS $. (Unit Price In Words) B-4 Traffic Control at (Price in Words) LS $. Total amount of bid in words for Schedule "B" Total amount of bid in numbers for Schedule "B": $. Item No. C-1 SCHEDULE "C" MADISON ST BETWEEN GRAND AVE AND ARBUCKLE PL Description Remove Existing and Replace with 6" Curb and Gutter (SDRSD G-2) at (Unit Price in Words) Approximate Quantity and Unit 230 LF Unit Price (Figures) Total Amount (Figures) Revised 06/10/09 Contract No. 6608 Page 12 of 188 Pages Item No. C-2 Description Remove Existing and Replace with 4" PCC Sidewalk (SDRSD G-7) at Approximate Quantity and Unit 600 SF Unit Price (Figures) Total Amount (Figures) $. (Unit Price in Words) C-3 AC Removal and Replacement (Driveways and Parking Lot) at 240 SF (Unit Price in Words) C-4 11/2" Grind Asphalt Concrete at (Unit Price in Words) C-5 Construct IVa" Minimum Asphalt Concrete Overiay at (Unit Price in Words) C-6 Replace Signing and Striping at 5,920 SF $. LS 56 TONS $. $_ (Price in Words) C-7 Slurry Fill Existing Storm Drain per Section 3-3 SSPWC at Two Thousand Five Hundred Dollars (Unit Price in Words) C-8 Adjust Landscape to Grade at Stipulated $ 2.500 LS $ 2.500 $_ (Price in Words) C-9 Reverse D-25 curb outlet at 1 EA (Unit Price in Words) Revised 06/10/09 Contract No. 6608 Page 13 of 188 Pages Item No. E-3 Description Sidewalk Removal and Disposal and Replace with 4" PCC Sidewalk (SDRSD G-7) at Approximate Quantity and Unit 850 SF . Unit Price (Figures) Total Amount (Figures) $_ $. (Unit Price in Words) E-4 Remove and Replace AC Driveway Apron at 2 EA $_ (Unit Price in Words) E-5 Remove and Replace Concrete Driveway (SDRSD G-14D)at 2 EA $_ (Unit Price in Words) E-6 1V2" Grind Asphalt Concrete at 7,050 SF $_ $. E-7 (Unit Price in Words) Construct 1>^2" Minimum • Asphalt Concrete Overiay at 68 TONS $_ (Unit Price in Words) E-8 Remove Subgrade Under Proposed Curb & Gutter and Replace with Base Materials at LS $_ (Price in Words) E-9 Raise to Grade Existing Private Sanitary Sewer per S-7 at LS (Price in Words) Revised 06/10/09 Contract No. 6608 Page 16 of 188 Pages CONTRACT PUBLIC WORKS This agreement is made this _ _ day of by and between the City of Carisbad, California, a municipal corporation, (hereinafter called "City"), and Palm Engineering Construction Company, Inc. whose principal place of business is 7330 Opportunity Road Suite J San Diego CA 92111 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure 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 General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the \^ conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. A Revised 06/10/09 Contract No. 6608 Page 33 of 188 Pages 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (A) Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. (B) Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. (C) Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the 01^- contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or othen/vise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Revised 06/10/09 Contract No. 6608 Page 34 of 188 Pages 9. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the Revised 06/10/09 Contract No. 6608 Page 35 of 188 Pages City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 10. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carisbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. ¥ Revised 06/10/09 Contract No. 6608 Page 36 of 188 Pages (F) Carlsbad Municipal Code. The provisions of Carisbad 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 Carisbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 10 above. init 11. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 12. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 13. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or othenA/ise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Revised 06/10/09 Contract No. 6608 Page 37 of 188 Pages 14. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: By: CITY OF CARLSBAD a municipal corporation of the State of California i^actor) By: Mayor ATTEST: ^(sign here) (print n^ and title) LORRAINE M. WOOD, City (sign here) (print name and title) ^ v. '^^TTTT^- >^ President or vice-president and secretary or assistant secretary must sign for corporations!'!/'WWy one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorne By: Deputy City Attorney ^¥ Revised 06/10/09 Contract No. 6608 Page 38 of 188 Pages CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of San Diego On May 15,2012 before me Krystyna Patrick, Notary Public (Here insert name and title of the otTicer) personally appeared Rasoul Shahbazi who proved to me on the basis of satisfactory evidence to be the person(s) whose name(sXi^^ subscribed to the within instrument and acknowledged to me that @^he/they executed the same in ^jsjfher/their authorized capacity(ies)7 and that by(^js]!fher/their signature(s) on the instrument the person{s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Not; CommiMion No. 1M16II MMfOEOO COUNTY My GONM. Eivirw JUM SB, am • ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description (Title or description of attached document) Title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/theyr is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines, if seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl 2.10.07 800-873-9865 www.NotaryClasses.com ACTION BY WRITTEN CONSENT OF BOARD OF DIRECTORS OF Palm Engineering Construction Company Inc. A CALIFORNIA CORPORATION The undersigned, being the Board of Directors of Palm Engineering Constmction Company Inc, a California Corporation, (the"Corporation") in accordance with the California Corporations Code and the Bylaws of this Corporation, do hereby consent to the adoption of the following recitals and resolutions without a meeting and without notice; ELECTION OF OFFICERS WHEREAS, the Board of Directors has the authority under law and by the bylaws of this Corporation to elect the officers; RESOLVED, that the following persons are unanimously elected to the office indicated opposite their names to serve at the pleasure of the Board of Directors until the next annual meeting and until their successors are duly elected and qualified: OFFICE NAME President Rasoul Shahbazi Secretary Rasoul Shahbazi Treasurer Rasoul Shahbazi RESOLVED FURTHER, that the President of the Corporation is hereby authorized and directed to file with the Secretary of State a Statement by Domestic Stock Coiporation evidencing the Officers and Director elected and qualified pursuant to the Director's and Shareholder's Written Consents. RESOLVED FURTHER, that the Secretary is directed to file this Written Consent with the minutes of Directors proceedings. RATIFICATION AND APPROVAL OF ACTIONS WHEREAS, the Board of Directors and Officers of the Corporation have taken action between the last meeting or written consent and this written consent; and WHEREAS, it would be in the best interests of the Corporation to ratify and approve the actions of the Director and Officers of the Corporation occurring between the last meeting or written consent and this written consent; RESOLVED, the board ratifies and approves the actions of the Director and Officers of the Corporation occurring between the last meeting or written consent and this written consent. Dated: April 2011 Rasoul Shahbazi, Director EXECUTED IN TRIPLICATE BOND NO. 1000899064 PREMIDM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of Caiifornfa, by Resolution No adopted APRIL 24.2012 has awarded to PALM ENGINEERING CONSTRUCTION COMPANY, INC. (hereinafter designated as the "Principal"), a Contract for: ' ~ ~^ ^ NORTHWEST QUADRANT STORM DRAiN IMPROVEMENT PROGRAM - 2011 CONTRACT NO^ 6608 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 Carisbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or Is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that If Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used In, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW THEREFORE WE ^^^^ ENGINEERING CONSTRUCTION COMPANY, INC. as Principal, (hereinafter designated as the "Contractor"), and ^ • s • SPECIALTY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE HUNDRED SEVENTY SEVEN THOUSAND NINE HUNDRED THIRTY SEVEN AND NO/100 Dollars ($ 177,937.00 y said suhi being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirSi executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used In, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor peri'ormed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay fpr the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named In California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 4^ Revised 06/10/09 Contract No. 6608 Page 39 of 188 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this . , MAY day of 2ND 12 ,20 CONTRACTOR: PALM ENGINEERNG CONSTRUCTION COMPANY, INC Executed by SURETY this of MAY 2ND .day .,20 12 , (name of Contractor) (sign here) RASOUL SHAHBAZI SURETY: U.S.. SPECIALTY INSURANCE COMPANY (name of Surety) 601 SOUTH FIGUEROA STREET, SUITE 1600 LOS ANGELES, CA 90017 (address of Surety) 310/649-0990 (print name here) (telephone rui.mber of Surety) PRESIDENT (title and organizaftion of signatory) By: e ruimber ofSure By:, nd orga (sign here) RASOUL SHAHBAZI (print name here) (signature of Attorney-in-Fact) MARK D. lATAROLA, ATTORNEY-IN-FACT (printed .name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) SECRETARY (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation,) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney Revised 06/10/0.9 Contraict No. 6608 Page 40 of 188 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of SAN DIEGO } On 5/2/2012 before me, DEBORAH D. DAVIS. NOTARY PUBLIC Date personally appeared MARK D. lATAROLA Here Insert Name and Title of the Officer Name(s) of Signer(s) 1> DEBORAH D.DAVIS COMM. #1929979 NOTARY PUa.lC-CALIFORNIA ^ SAN DIEGO COUNTY ^ My Comm. Exp. APRIL 2U015f Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(-9) whose namefe) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theii' authorized capacityftes)', and that by his/her/their signature(e) on the instrument the person(e), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. Witness my hand and official seal. Signature Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Slgner(s) Other Than Named Above:. Capacity(ies) Claimed by Signer(s) Signer's Name: MARK D. lATAROLA • Individual • Corporate Officer — Title(s): • Partner — • Limited • General _ GZf Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworttn, CA 91313-2402 • www.NationalNotaryorg Item #5907 Reorder: Call Toil-Free 1-800-876-6827 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation. United States Surety Company, a IVIaryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: ^ ^ ^ John G. Maloney, Mark D. latarola or Helen Maloffey of Escondido, California its true and lawftil Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *******Fifteen Million******* Dollars ($ * 15,000,000.00* ). This Power of Attomey shall expire without further action on March 18, 2015. This Power of Attomey is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact msy be given full power and authority for and in the name of and on behalf^^iie Company, to execute^ acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including my and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attomey or any certificate relating thereto by facsimile, and any power of attomey or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this ^3"'^y6f(it^er,2011. ^^^^ip^ir^ '''•Nil^jiji^ silii '''•^'l!^''' " "l^ft ia ^ AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Corporate Seals State of California Daniel P. Aguilar, Vice President County of Los Angeles SS: On this S*^** day of October, 2011, before me^Deborah Reese, a notary public, personally appeared Daniel P. Aguil American Contractors Indemnity Company,-United States Surety Company and U.S. Specialty Insurance Comparf on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California th^ the fere^ing paragraph is true and correct. WITNESS my hand and official seal. Signature ^44^^L^ , A.€^S^ (Seal) I, Jeannie Lee, Assistant Secretary oLAm^cagftntractors Indemnity Company, United States Surety Company and U..S, Specialty Insurance Company, do hereby ceJ^gi^hMbiye and foregoing is a true and correct copy of a Power of Attorney, ^ecuted by said Companies, which is still in ^K^B^i^M^; furthermore, the resolutions of the Boards of Directors, setmit in the Power of Attomey are in fiill force and effect In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 2ND of MAY _ ,2012. day Jeannie Lee, Assistant Secretary CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of San Diego On May 2, 2012 before me, Krystyna Patrick, Notary Public (Here insert name and title of the officer) personally appeared Rasoul Shahbazi who proved to me on the basis of satisfactory evidence to be the person(s) whose name(sXTs)'to subscribed to the within instrument and acknowledged to me that @^he/they executed the same in ^her/their authorized capacity(ies)^ and that by@fher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Notai KRYSTYNA PATRICK QDmmission No. 1941688 NOTARY PUBLIC-CALIFOM«iA S8AN DIEGO COUNTY My Comm. ExpirM AME 20,2015 1 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description (Title or description of attached document) Title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. h«/she/theyr is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com EXECUTED IN TRIPLICATE BOND NO. 1000899064 PREMIUM: $2,562.00 fl!?l!??£^^ontract Term FAfTHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.2012-089 adopted APRIL 24, 2012 has awarded to PALM ENGINEERING CONSTRUCTION COMPANY, INC. (hereinafter designated as the "Principal"), a Contract for; NORTHWEST QUADRANT STORM DRAIN IMPROVEWENT PROGRAM - 2011 CONTRACT NO. 6608 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are Incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW. THEREFORE, WE, PALM ENGINEERING CONSTRUCTION COMPANY, INC.^^ p^.^^jp^, (hereinafter designated as the "Contractor"), and u.s. SPECIALTY INSURANCE COMPANY I as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of QNE HUNDRED SEVMTY SEVEN THOUSAND NINE HUNDRED THIRTY SEVEN AND NO/100 Dollars ($ 177,937.00 ~ 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and In all respects according to their true Intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; othen^/ise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 06/10/09 Contract No. 6608 Page 41 of 188 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 2ND Executed by SURETY this MAY 2ND day of. MAY ,20. 12 day of 20 J£, CONTRACTOR: PALM ENGINEERING CONSTRUCTION COMPANY, INC By (name of Contractor) II (sign here) RASOUL SHAHBAZI SURETY: U.S. SPECIALTY INSURANCE COMPANY (name of Surety) 601 SOUTH FIGUEROA STREET, SUITE 1600 LOS ANGELES, CA 90017 (address of Surety) 310/649-0990 (telephone number of Surety) (print name here) PRESIDENT By: (Tltle and Organization of Signatory) (sign here) RASOUL SHAHBAZI (signature of Attorney-in-Fact) MARK D. lATAROLA, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (print name here) SECRETARY (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretai7 must sign for corporations. If .only ine offSr Signs the corporation must attach a resolution certified by the secretary, or assistant secretary und.er corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney >\ ^¥ Revised 06/10/09 Contract No. 6608 Page 42 of 188 Pages CAUFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of SAN DIEGO } On 5/2/2012 before me, DEBORAH D. DAVIS. NOTARY PUBLIC Date personally appeared MARK D. lATAROLA Here Insert Name and Title of the Officer Name(s) of Signer(s) ~ DEBORAH D.DAVIS |^ COMM. #1929979 f NOTARY PUBLK>CALIFORNIA eg SAN DIEGO COUNTY . ...««^ My Comm. Exp. APRIL 21.2015 ^ Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(6) whose name(e) Is/ere subscribed to the within Instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacltyfies^, and that by his/her/thoir signature(e) on the instrument the person(9), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages:. Signer(s) Other Than Named Above:. Capacity(ies) Claimed by Signer(s) Signer's Name: MARK D. lATAROLA • Individual • Corporate Officer — Title(s): • Partner — • Limited • General Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ) 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Ghatswortti, CA 91313-2402 • www.NationalNotaryorg Item #5907 Reorder: Call Toil-Free 1 -800-876-6827 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: John G. Maloney, Mark D. latarola or Helen Maloney of Escondido, California its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *******Fifteen Million******* DoUars ($_^^j^mO*^ This Power of Attomey shall expire vwthout further action on March 18, 2015. This Power of Attomey is gra^^gi^fcr ^Eff^ip authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following proyjsions^^z:^^ ^ -^^^ .Hgi Attorney^in-i^^ given full power and authority for and in the name of and on behalf^Pie Company, to execute, acknowledge and deliver, any and all bonds, iS:^pi^Besi^^^<^iagreements or indemnity and other conditional or obligatory igSrMings, including any and all consents for the release of retained rJpr^BapBMi^cMnaf estimates on engineering and construction contracts, and any and al^dces arid docutnents canceling or terminating the Company's liability Thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attomey or any certificate relating thereto by facsimile, and any power of attomey or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 3"* day of October, 2011. AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Corporate Seals State of California DanieTP. Aguilar, Vice President County of Los Angeles SS: On this S"^*^ day of October, 2011, before me,^ Deborah Reese, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Osa^nyj^ United States Surety Company and U.S. Specialty Insurance Company who pmved^BiP on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. |l(^i^n^J»ENALTY OF PERJURY under the laws of the State of ] md and official seal. 1 (Seal) romia that tlm f&re^'mg paragraph is true and correct. Signature 1, Jeannie Lee, Assistant Secretary ofA|ngicagi^atr^Brs Indemnity Company, United States Surety Company and-U^i l^pi^yffi Insurance Company, do hereby ce^^^Bl^pb^aifcregoing is a true and correct copy of a Power of A^p^^^BecH^if said Companies, which is still in f^^B^Bi^^^R^rt^more, the resolutions of the Boards of Directors, se^teW M ^gjpS Attomey are in full force and effect. ' In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, Califomia this 2ND day of MAY . , 2012 Bond No. 1000899064 Agency No. 4013 Jeannie Lee, Misistant Secretary CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of San Diego On May 2, 2012 before me Krystyna Patrick, Notary Public (Here insert name and title of the officer) personally appeared Rasoul Shahbazi who proved to me on the basis of satisfactory evidence to be the person(s) whose name(sXTs)to subscribed to the within instrument and acknowledged to me that @^he/they executed the same in ^jsjfher/their authorized capacity(i«s)^ and that by(^js)her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. KRYSTYMAPATIIICIC Commission No. 1941«» NOTARY PUBUC-CAMFOmiM SSANDCOO COUNTY My Comm. E)cpM» JUME 20, aotf 1 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description (Title or description of attached document) Title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Califomia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/theyr is /a?© ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and _whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM - 2011 CONTRACT NO. 6608 in the amount of dated (hereinafter referred to ^ as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which othenA/ise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment 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. 5. The interest earned on the securities or the money market accounts held in escrow and all C interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. ^¥ Revised 06/10/09 Contract No. 6608 Page 43 of 188 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature For Contractor: Address 1635 Faraday Avenue. Carlsbad. CA 92008 Title Name For Escrow Agent: Signature Address _ Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ^¥ Revised 06/10/09 Contract No. 6608 Page 44 of 188 Pages v.. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 06/10/09 Contract No. 6608 Page 45 of 188 Pages V,. GENERAL PROVISIONS FOR NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM-2011 CONTRACT NO, 6608 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Unless othen^/ise stated, the words directed, required, permitted, ordered, iristructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated othenA/ise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated othenA/ise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless othen^/ise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at itsWpensersfrairfunTi^^ including furnishing of necessary labor, materials, tools, equipment, and transportation. ^¥ Revised 8/10/10 Contract No. 6608 Page 46 of 188 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond ~ Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager - the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents). Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental /\ Revised 8/10/10 Contract No. 6608 Page 47 of 188 c Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless othenA/ise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer ~ A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Revised 8/10/10 Contract No. 6608 Page 48 of 188 Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes. State disability insurance payments. State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Secfion 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Engineer's designated representative for inspection, contract administrafion and first level for informal dispute resolufion. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, ^ ^ codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribufion line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fiuid industrial waste. Specifications - General Provisions, Standard Specificafions, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specificafions by tifie or number. Standard Specifications - The Standard Specificafions for Public Works Construcfion (SSPWC), the "Greenbook". Revised 8/10/10 Contract No. 6608 Page 49 of 188 State - State of California. Storm Drain - Any conduit and appurtenances intended for the recepfion and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporafion having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligafions, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Addifions and revisions to the Standard Specificafions setting forth \^ conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporafion, bound with and for the Contractor for the acceptable performance, execufion, and complefion of the Work, and for the safisfacfion of all obligafions incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the Internafional System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviafion herein, together with others in general use, are applicable to these Standard Specificafions and to project Plans or other Contract Documents. All abbreviafions and symbols used on Plans for structural steel construcfion shall conform to those given by the "Manual of Steel Construcfion" published by the American Institute of Steel Construcfion, Inc. Revised 8/10/10 Contract No. 6608 Page 50 of 188 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF.. Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile Iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Enclna Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe V Revised 8/10/10 Contract No. 6608 Page 51 of 188 H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP ...Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG ...Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAI NT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OFF ..Opposite ORIG Original FB Pull box FC Point of curvature FCC Portland cement concrete or point of compound curvature FCVC Point of compound vertical curve FE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve FOT Point on tangent PF Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride RVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnlcal engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HWY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC Structural/Structure SW ..Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing Revised 8/10/10 Contract No. 6608 Page 52 of 188 TOPO Topography VC Vertical curve TR Tract VCP Vitrified clay pipe TRANS Transition VERT Vertical TS Traffic signal or transition structure VOL Volume TSC Traffic signal conduit VWD Vallecitos Water District TSS Traffic signal standard W Water, Wider or Width, as applicable TW Top of wall WATCH Work Area Traffic Control Handbook TYP Typical Wl Wrought iron UE Underground Electric WM Water meter USA Underground Service Alert WPJ Weakened plane joint VAR Varies, Variable XCONN Cross connection VB Valve box XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Associafion of State Highway and Transportafion Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute ^ ^ NEMA Nafional Electrical Manufacturers Associafion NOAA Nafional Oceanic and Atmospheric Administration (Dept. of Commerce) UL Unden/vriters' Laboratories Inc. USGS United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exacfiy equivalent. Reference is also made to ASTM E 380 for definifions of various units of the SI system and a more extensive set of conversion factors. ¥ Revised 8/10/10 Contract No. 6608 Page 53 of 188 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit ^Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (jim) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mlj ^ 1.6093 kilometer (km) 1 square foot (ift^)'!l"!""l! 0.0929 square meter (m 1 cubic yard'(y(5^)...1 6.7646 cubic meter (m^l I W\<f VIW>I W I WWh yi* yj. w.^w —w ^ , - . ^ w-.-. Y - 1 square yard /yd^) 0.8361 square meter (m' 1 cubic foot (ft) 0.0283 cubic meter fm,' 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 milllleter (mL) 1 pound mass (lb) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal • second (Pa s) 1 centlstoke (cs) 1 square milliqpeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square Inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/rt) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (T): Degree Celsius ("C): °F = (1.8xX) + 32: X = C'F-32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) kilo (k) 10 Common Metric Prefixes )?, centi (c) 10- milli (m) 10"^ micro (^1) 10.9 nano(n) jS-12 pico (p) '0 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds ^ Number / per or (between words) * Degree PL Property line CL Centerline SL Survey line or stafion line Revised 8/10/10 Contract No. 6608 Page 54 of 188 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execufion of Contract will be as provided for in the Specificafions, Instrucfion to Bidders, or Nofice Invifing Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deducfions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for complefion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Secfions 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for informafion: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specificafions, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as othen/vise provided in the Code. As provided in Secfion 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Secfion 4107.5. This secfion provides procedures to correct a clerical error in the lisfing of a Subcontractor. Secfion 4110 provides that a Contractor violafing any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in /\ Revised 8/10/10 Contract No. 6608 Page 55 of 188 V. c excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determinafion of a violafion of these provisions. In any proceedings under this secfion, the prime contractor shall be entified to a public hearing before the Board and shall be notified ten (10) days in advance of the fime and locafion of said hearing. The determinafion of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attenfion to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization. Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be perfprmed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organizafion. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the esfimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and descripfion and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execufion of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitafion shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project unfil they are released according to the provisions of this secfion. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and unfil all warranty repairs are completed to the safisfacfion of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordafion of the Nofice of Complefion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the Revised 8/10/10 Contract No. 6608 Page 56 of 188 business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilifies of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execufion of the bond. The financial statement shall be made by an officer's certificate as defined in Secfion 173 of the Corporafions Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any fime be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract unfil a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of fime, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligafions. Nofice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specificafions, to which the Engineer shall have access at all fimes. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specificafions for Public Works Construcfion, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edifion at the fime of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construcfion plans consist of one set. The set is designated as City of Carlsbad Drawing No. 457-4C and consists of eight (8) sheets. The standard drawings used for this project are the latest edifion of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respecfively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specificafions, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specificafions and not shown on the Plans, or shown on the Plans and not specified in the Specificafions, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examinafion of the Work site prior to submitting the Bid. /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 57 of 188 Exisfing improvements visible at the Work site, for which no specific disposifion is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attenfion of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest In precedence shall control. The precedence shall be the most recent edifion of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specificafions, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modificafions to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportafion Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construcfion, as amended. 9) Reference Specifications. 10) Manufacturer's Installafion Recommendafions Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specificafions will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviafions from the Contract Documents, unless such deviafions were specifically called to the attenfion of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. ^¥ Revised 8/10/10 Contract No. 6608 Page 58 of 188 The Contractor shall allow a minimum of 20 working days for review of submittals unless othenA/ise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabefical designafion (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Idenfification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certificafion that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certificafion on all submittals: "I hereby certify that the (equipment, material) shown and marked In this submittal is that proposed to be incorporated into this Project, Is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. ^^^^ ^¥ Revised 8/10/10 Contract No. 6608 Page 59 of 188 Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Numbe'^ 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints ,.j Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe " 5 300-3.2 Cofferdams . Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General ,„ v , Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operafions 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construcfion Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting informafion is informafion required by the Specificafions for the purposes of administrafion of the Contract, analysis for verificafion of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting informafion shall be submitted to the Engineer prior to the start of the Work unless othenA/ise specified in the Special Provisions or directed by the Engineer. Supporting informafion for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless othenA/ise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certificafions per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bullefins, specificafions, diagrams, product samples, and other informafion necessary to describe a system, product or item. This information is required for irrigation systems, street lighfing systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as- built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specificafions and the exact "as-built" locafions, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this Revised 8/10/10 Contract No. 6608 Page 60 of 188 purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of complefion of the work. Payment for performing the work required by Secfion 2-5.4 shall be included in the various bid items and no addifional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a safisfactory manner. Unless othemise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevafions, and soil analyses shown on the drawings or included in the Specificafions apply only at the locafion of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspecfion at the office of the Engineer. Any addifional subsurface explorafion shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevafion of groundwater at the date of project construction. A difference In elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless othenA/ise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of addifional work areas and facilifies temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such acfions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in wrifing, with the Contractor that protecfing an exisfing monument in place is impracfical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land sun/eying 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 construcfion at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve othenA/ise. Monument frames and covers shall be protected during street sealing or painfing projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construcfion staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to safisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operafions and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Secfion 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 ail surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8V2" by 11") paper. The field notes, calculafions and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from ^¥ Revised 8/10/10 Contract No. 6608 Page 61 of 188 earlier surveys and all other evidence used by the Surveyor to determine the locafion of the monuments set. The field notes and calculafions will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculafions. They shall be annotated with the date of observation or calculafion, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentafion for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted rafio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the locafion and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. C 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 stafioning. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locafions 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 construcfion in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registrafion 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 acfivifies 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 facilifies being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical locafion of such adjacent ufility vaults, poles or other facilifies that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake Description ® Centerline or Parallel to Centerline Spacing®, (S) Lateral Spacing (D, ® Setting Tolerance (Within) Street Centerline SDRS M-10 Monument ^1000', Street Intersections, Begin and end of curves, only when shown on the plans on street centerline 0.02' Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, painted line on PCC & AC surfaces lath - Inten/isible, <, 50' on tangents & <, 25' on curves, Painted line - continuous at clearing line 1' Horizontal Slope RP + Marker Stake Inten/isible and <, 50' Grade Breaks &^25' 0.1'Verticals Horizontal Fence RP + Marker Stake <. 200' on tangents, <, 50' on curves when R^ 1000' & 25' on cun/es when R^ 1000' N/A (constant offset) 0.1' Horizontal Rough Grade Cuts or Fills 2:10 m (33-) RP + Marker Stake :S50' N/A 0.1'Vertical & Horizontal Final Grade RP + Marker <. 50' on tangents & curves when R> 1000' & ^22' V Horizontal & ^•r Revised 8/10/10 Contract No. 6608 Page 62 of 188 Feature Staked (includes top of: Basement soil, subbase and base) Stake Description ® Stake, Blue- top in grading area Centerline or Parallel to Centerline Spacing®, ® <. 25' on curves when R <. 1000' Lateral Spacing (3), ® Setting Tolerance (Within) Vertical Asphalt Pavement Finish Course RP, paint on previous course <, 25' or as per the intersection grid points shown on the plan whichever provides the denser Information edge of pavement, paving pass width, crown line & grade breaks V Horizontal & Vertical Drainage Structures, Pipes & similar Facilities®, ® RP + Marker Stake inten/isible & ^ 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks. Junctions, Inlets & similar facilities. Risers & similar facilities (except plumbing). Skewed cut-off lines as appropriate V Horizontal & V Vertical Curb RP + Marker Stake <. 25', BC & EC, at %A, YiA & '''A on curb returns & at beginning & end (constant offset) %" Horizontal & V/ Vertical Traffic Signal ® Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & Controller ® RP + Marker Stake at each pole & controller location as appropriate V Horizontal & V/ Vertical Junction Box ® RP + Marker Stake at each junction box location as appropriate %" Horizontal & 'U" Vertical Conduit ® RP + Marker Stake <, 50' on tangents & curves when R^ 1000' & <, 25' on curves when R <, 1000' or where grades 0.30% as appropriate %' Horizontal & when depth cannot be measured from existing pavement ^4 Vertical Minor Structure ® RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression ® as appropriate V Horizontal AV/ Vertical (when vertical data needed) Abutment Fill RP + Marker Stake + Line Stake <, 50' & along end slopes & conic transitions as appropriate 0.1'Vertical & Horizontal Wall® RP + Marker Stake + Line Point +Guard Stake <. 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height as appropriate 'U" Horizontal & 'U" Vertical Maior Structure © Footings, Bents, Abutments & Wingwalls RP + Marker Stake + Line Point +Guard Stake 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate V Horizontal & V/ Vertical Superstructures RP 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate V Horizontal & 'W Vertical Miscellaneous ® Contour Grading ® RP + Marker Stake ^50' along contour line 0.1'Verticals Horizontal Utilities ®, ® RP + Marker Stake ^ 50' on tangents & curves when R^ 1000' & <. 25' on curves when R <, 1000' or where grades 0.30% as appropriate VB" Horizontal & 'U" Vertical Channels, Dikes & Ditches ® RP + Marker Stake intervisible & ^ 100', BC & EC of facilities. Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate 0.1' Horizontal & 74" Vertical Signs ® RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1'Verticals Horizontal Subsurface RP + Marker intervisible & <. 50', BC & EC of facilities, as appropriate O.r Horizontal & 74" J ^¥ Revised 8/10/10 Contract No. 6608 Page 63 of 188 Feature Staked Stake Description ® Centerline or Parailei to Centerline Spacing®, ® Lateral Spacing (3), ® Setting Tolerance (Within) Drains ® Stake Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities. Risers & similar facilities Vertical Overside Drains ® RP + Marker Stake longitudinal location At beginning & end O.r Horizontal & 74" Vertical Markers ® RP + Mariner Stake for asphalt street surfacing <, 50' on tangents & curves when R^ 1000' & ^ 25' on curves when R^ 1000'. At marker location(s) 74" Horizontal Railings & Barriers ® RP + Marker Stake At beginning & end and <. 50' on tangents & curves when R ^ 1000' & <, 25' on curves when R^ 1000' at railing & barrier location(s) 78" Horizontal & Vertical AC Dikes ® RP + Marker Stake At beginning & end as appropriate O.r Horizontal & Vertical Box Culverts 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert as appropriate V Horizontal & 74" Vertical Pavement Markers® RP 200' on tangents, 50' on curves when R ^ 1000" & 25' on curves when R <, 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker location(s) 74" Horizontal and the accuracy requirements of the RP meet the requirements for the feature ® Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centeriine. ® Some features are not necessarily parallel to centeriine but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature ® ^ means greater than, or equal to, the number following the symbol. ^ means less than, or equal to, the number fol- ®^The*cut^datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be fiagged. Unless othenA/ise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centeriine, alignments, etc. White/Red Vertical Control Bench marks White/Orange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Yellow Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop Inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, banrlers, lighting, etc. Orange c * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to safisfy the requirements of Sections 2- 9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no addifional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records. Revised 8/10/10 Contract No. 6608 Page 64 of 188 including filing fees, shall be incidental to the work necessitafing the disturbance of said monuments and no addifional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and pracfice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevafions, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variafion shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specificafions. The Contractor shall promptly comply with instrucfions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all quesfions relafing to: quantifies; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specificafions, or other drawings. This shall be precedent to any payment under the Contract, unless OthenA/ise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounfing records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluafions to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any fime during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance nofice. Contractor shall make available to the Engineer for examinafion, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relafing to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operafions. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulafions. 2-11 INSPECTION. The Work is subject to inspecfion and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspecfion is required. Work shall be done only in the presence of the Engineer, unless othenA/ise authorized. Any work done without proper inspecfion will be subject to rejecfion. The Engineer and any authorized representatives shall at all times have access to the Work during its construcfion at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that Revised 8/10/10 Contract No. 6608 Page 65 of 188 the materials and workmanship are in accordance with these specificafions. Inspection of the Work shall not relieve the Contractor of the obligafion to fulfill all condifions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specificafions, requested in wrifing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granfing a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reducfion in cost or no addifional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specificafions, character of the work, or quantity of work provided the total arithmefic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitafion, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in wrifing and state the dollar value of the change or established method of payment, any adjustment in contract fime of complefion, and when negofiated prices are involved, shall provide for the Contractor's signature indicafing acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specificafions, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specificafions varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quanfity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Secfion 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substanfial change in the character of the work from that shown on the Plans or specified in the Specificafions, an adjustment in payment will be made per Secfion 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the opfion of the Engineer, on the basis of Extra Work per C Secfion 3-3. The Extra Work per Secfion 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. ^¥ Revised 8/10/10 Contract No. 6608 Page 66 of 188 3-2.2.3 Decreases of More Than 60 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specificafions, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the opfion of the Engineer, on the basis of Extra Work per Secfion 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Sfipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Secfion 3-3, except as othenA/ise specified In Secfions 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construcfion. Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.6 Eliminated Items. Should any Bid item be eliminated in its enfirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in wrifing from the Engineer so stafing its eliminafion. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notificafion of eliminafion by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or sfipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulafion of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacafion, apprenficeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collecfive bargaining agreements. /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 67 of 188 The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such addifional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Secfion 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantifies involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edifion 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 mulfipliers 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 V not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubricafion, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciafion, storage, insurance, and all incidentals. Necessary loading and transportafion costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condifion, and suitable for the purpose for which it is to be used. Manufacturer's rafings and approved modificafions shall be used to classify equipment and it shall be powered by a unit of at least the minimum rafing recommended by the manufacturer. The reported rental fime for equipment already at the Work site shall be the durafion of its use on the extra work. This fime begins when equipment is first put into actual operafion on the extra work, plus the fime required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substanfiated by invoices or Revised 8/10/10 Contract No. 6608 Page 68 of 188 other documentafion, the Agency may establish the cost of the item involved at the lowest price which was current at the fime of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this secfion, 1 percent shall be added as compensafion for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Secfion 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery fickets, lisfing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made unfil such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classificafions, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identificafion number, and hours of operafion, including loading and transportafion, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site condifions (hereinafter called changed condifions), in wrifing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical condifions differing materially from those represented in the Contract; 2. Unknown physical condifions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Secfion 25117 of the Health and Safety Code, Revised 8/10/10 Contract No. 6608 Page 69 of 188 that is required to be removed to a Class I, Class II, or Class III disposal site in ac- r cordance with provisions of existing law. '•tew' The Engineer will promptly invesfigate condifions which appear to be changed condifions. If the Engineer determines that condifions are changed condifions and they will materially affect performance fime, the Contractor, upon submitting a written request, will be granted an extension of fime subject to the provisions of 6-6. If the Engineer determines that the condifions do not justify an adjustment in compensafion, the Contractor will be notified in writing. This nofice will also advise the Contractor of its obligation to notify the Engineer in wrifing if the Contractor disagrees. The Contractor's failure to give nofice of changed condifions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connecfion therewith. The Contractor shall not be entified to the payment of any addifional compensafion for any act, or failure to act, by the Engineer, Including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written nofice of potenfial claim as hereinafter specified. Compliance with this secfion shall not be required as a prerequisite to nofice provisions in Secfion 6-7.3 Contract Time Accounfing, nor to any claim that is based on differences in measurement or errors of computafion as to contract quantifies. The written nofice of potenfial claim for changed condifions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the fime that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written nofice of potenfial claim for changed condifions to the agency upon their discovery and before ^' they are disturbed shall consfitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potenfial claim, the reasons for which the Contractor believes addifional compensafion may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed condifions. Verbal notificafions are disallowed. The potenfial claim shall include the following certificafion relative to the California False Claims Act, Government Code Secfions 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Secfions 12650-12655. The undersigned further understands and agrees that this potenfial claim, unless resolved, must be restated as a claim in response to the City's proposed final esfimate in order for it to be further considered." By: Title: Date: Company Name: ^¥ Revised 8/10/10 Contract No. 6608 Page 70 of 188 The Contractor's esfimate of costs may be updated when actual costs are known. The Contractor shall submit substanfiafion of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said nofice of potenfial claim. It is the intenfion of this secfion that differences between the parties arising under and by virtue of the contract be brought to the attenfion of the Engineer at the earliest possible fime in order that such matters be settled, if possible, or other appropriate acfion promptly taken. 3-6 DISPUTED WORK. The Contractor shall give the agency written nofice of potenfial claim prior to commencing any disputed work. Failure to give said nofice shall constitute a waiver of all claims in connecfion therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolufion pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolufion chain of command: 1. Project Inspector 2. Construcfion Manager 3. Deputy City Engineer, Construcfion Management & Inspecfion 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after complefion of the disputed work stafing its posifion on the claim, the contractual basis for the claim, along with all documentafion supporting the costs and all other evidenfiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request addifional informafion or request that the Contractor meet and present its report. When addifional informafion or a meeting is requested the City will provide its posifion within 10 working days of receipt of said addifional informafion or Contractor's presentafion of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolufion chain of command is limited to recommending a resolufion to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Secfion 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Secfions 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. A Revised 8/10/10 Contract No. 6608 Page 71 of 188 (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract ""^^ for a public work and payment of which is not othenA/ise expressly provided for or the claimant is not OthenA/ise entified to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specificafions for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1,1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be In wrifing and include the documents necessary to substanfiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede nofice requirements othenA/ise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any addifional documentafion supporting the claim or relafing to defenses to the claim the local agency may have against the claimant. (2) If addifional informafion is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentafion or within a period of fime no greater than that taken by the claimant in producing the addifional informafion, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in wrifing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any addifional documentafion supporting the claim or relafing to defenses to the claim the Snwr local agency may have against the claimant. (2) If addifional informafion is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentafion, or within a period of fime no greater than that taken by the claimant in producing the addifional informafion or requested documentafion, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the fime prescribed, the claimant may so notify the local agency, in wrifing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the fime prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Secfion 900) and Chapter 2 (commencing with Secfion 910) of Part 3 of Division 3.6 of Tifie 1 of the Government Code. For purposes of those provisions, the running of the period of fime within which a claim must be filed shall be tolled from the fime the claimant submits his or her written claim pursuant to subdivision (a) unfil the fime that claim is denied as a result of the meet and confer process, including any period of fime ufilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the fime periods for filing tort claims or acfions specified by Chapter 1 (commencing with Secfion 900) and Chapter 2 (commencing with Secfion 910) of Part 3 of Division _ 3.6 of Tifie 1 of the Government Code. 20104.4. The following procedures are established for all civil acfions filed to resolve claims subject to this article: /% Revised 8/10/10 Contract No. 6608 Page 72 of 188 (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediafion unless waived by mutual sfipulafion of both parties. The mediation process shall provide for the selecfion within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediafion unless a fime requirement is extended upon a good cause showing to the court or by sfipulafion of both parties. If the parties fail to select a mediator within the 15-day period, any party may petifion the court to appoint the mediator. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitrafion pursuant to Chapter 2.5 (commencing with Secfion 1141.10) of Tifie 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Secfion 2016) of Chapter 3 of Tifie 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon sfipulafion of the parties, arbitrators appointed for purposes of this article shall be experienced in construcfion law, and, upon sfipulafion of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of 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 addifion to Chapter 2.5 (commencing with Secfion 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitrafion award requests a trial de novo but does not obtain a more favorable judgment shall, in addifion to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediafion or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as othenA/ise provided in the contract. (b) In any suit filed under Secfion 20104.4, the local agency shall pay interest at the legal rate on any arbitrafion award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specificafions shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the ^ Specificafions. /% Revised 8/10/10 Contract No. 6608 Page 73 of 188 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilifies and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspecfion. The Contractor shall also adequately protect new and exisfing work and all items of equipment for the durafion of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless othenA/ise specified, inspecfion is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabricafion, metal casfing, welding, concrete pipe manufacture, protective coafing applicafion, and similar shop or plant operafions. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certificafion as to compliance with the Specificafions, subject to sampling and tesfing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspecfion at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspecfion at the source, normally only for performance tesfing. The Specificafions may require inspecfion at the source for other items not typical of those listed in this secfion. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any fime. Such free and safe access shall include means of safe access and egress, venfilafion, lighfing, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulafions, Tifie 8, Industrial Relafions, Chapter 4, Division of Industrial Safety, Subchapter 4, Construcfion Safety Orders and such other safety regulafions 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 obligafion to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited tesfing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specificafions. The Contractor shall fonA/ard reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabricafion or treatment of such materials be done without proper inspecfion by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspecfion and tesfing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspecfion at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporafion in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, ^¥ Revised 8/10/10 Contract No. 6608 Page 74 of 188 shall deliver the materials for tesfing to the place and at the fime designated by the Engineer. Unless , OthenA/ise provided, all inifial tesfing will be performed under the direcfion of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in wrifing, at least 15 days in advance, of its intenfion to use materials for which tests are specified, to allow sufficient fime to perform the tests. The nofice shall name the proposed supplier and source of material. If the nofice of intent to use is sent before the materials are available for tesfing or inspection, or is sent so far in advance that the materials on hand at the fime will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of tesfing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specificafions, Technical Specificafion, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the opfion of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any fime during their preparafion and use. If, after incorporafing such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any fime, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be ^ifl^ removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials tesfing requirements of the Specificafions and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate fime shall be allowed for the Engineer to make this determinafion. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitafing its descripfion and shall be deemed to be followed by the words or equal. A lisfing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiafion of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characterisfics, including durability, ^"i finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended funcfion. /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 75 of 188 Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installafion and use of a substitute item shall not be made unfil approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this secfion. The Contractor is responsible for the safisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitufion is determined to be unsafisfactory in performance, appearance, durability, compafibility with associated items, availability of repair parts and suitability of applicafion the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulafions pertaining to weighing devices. A certificate of compliance shall be presented, prior to operafion, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the applicafion of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibrafion or moving of other operafing equipment in the plant area that the error in weighing with the enfire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Tesfing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a tesfing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modificafion, or relocafion of the equipment. Calibrafion certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will inifiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradicfion exists whenever test values or process observafions of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The invesfigafion shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available informafion and, when necessary, gather new and addifional informafion in an attempt to ^¥ Revised 8/10/10 Contract No. 6608 Page 76 of 188 determine the validity, the cause, and if necessary, the remedy to the contradicfion. If the cooperative invesfigafion reaches any resolufion mechanism acceptable to both the Agency and the Contractor, the contradicfion shall be considered resolved and the cooperative invesfigafion concluded. Whenever the cooperative invesfigafion is unable to reach resolufion, the invesfigafion may then either conclude without resolution or confinue by written notification of one party to the other requesfing the implementafion of a resolufion process by committee. The confinuance of the invesfigafion shall be confingent upon recipient's agreement and acknowledged in wrifing within 3 calendar days after receiving a request. Without acknowledgement, the invesfigafion shall conclude without resolufion. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notificafion, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notificafion, the two selected engineers will select a third engineer. The goal in selecfion of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notificafion. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a confinuance of the cooperative invesfigafion and will re-consider all available informafion and if necessary gather new and addifional informafion to determine the validity, the cause, and if necessary, the remedy to the contradicfion. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and pracfices and to ensure public value, the committee may provide engineering recommendafions as necessary. Unless othenA/ise agreed, the committee will have 30 calendar days from its formafion to complete their review and submit their findings. The final resolufion of the committee shall be by majority opinion, in wrifing, stamped and signed. Should the final resolufion not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolufion process by committee shall confinue to full conclusion unless: 1. Within 7 days of the formafion of the committee, the Agency and the Contractor reach an acceptable resolufion mechanism; or 2. Within 14 days of the formafion of the committee, the inifiafing party withdraws its written notificafion and agrees to bear all invesfigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless othenA/ise agreed, the Contractor shall bear and maintain a record for all the invesfigative costs unfil resolufion. Should the invesfigafion discover assignable causes for the contradicfion, the assignable party, the Agency or the Contractor, shall bear all costs associated with the invesfigafion. Should assignable causes for the contradicfion extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the invesfigafion substanfiate a contradicfion without assignable cause, the invesfiga- fion will assign costs cooperatively with each party or when necessary, equally. Should the invesfigafion be unable to substanfiate a contradicfion, the inifiator of the invesfigafion shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradicfion shall be suspended unfil the invesfigafion is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Secfion 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a descripfion of the ^¥ Revised 8/10/10 Contract No. 6608 Page 77 of 188 c material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the descripfion of materials allowed to be stored and shall provide for the removal of the materials and restorafion of the storage site within the fime allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the locafion of the site on which the materials are stored. Loss, damage or deteriorafion of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this secfion, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any fime during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected ufility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all ufilifies which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribufion conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be sen/ed by a service connection for each type of utility. As provided in Secfion 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Sen/ice Alert of Southern California) and obtain an inquiry identificafion number. The California Department of Transportafion is not required by Secfion 4216 to become a member of the regional nofification center. The Contractor shall contact it for locafion of its subsurface installafions. The Contractor shall determine the locafion and depth of all ufilifies, including service connecfions, which have been marked by the respective owners and which may affect or be affected by its operafions. If no pay item is provided In the Contract for this work, full compensafion for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service funcfion or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protecfion is required to ensure support of ufilifies located as shown on the Plans or in accordance with Secfion 5-1, the Contractor shall, unless othenA/ise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and locafion of any ufility omitted from or shown incorrecfiy on the Plans, the Contractor shall immediately notify the Engineer in wrifing. When authorized by the Engineer, support or protecfion of the ufility will be paid for as provided in Secfion 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the ufility owner if any ufility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any ufility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic ufility installafion, the Contractor shall at its expense: /% ^¥ Revised 8/10/10 Contract No. 6608 Page 78 of 188 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the ufility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic ufility installafion; or where the coafing, bedding or other cathodic protection system is exposed or damaged by the Contractor's operafions, the Contractor shall nofify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5- 3 REMOVAL. Unless othenA/tse specified, the Contractor shall remove all interfering portions of ufilifies shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operafions, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 6- 4 RELOCATION. When feasible, the owners responsible for ufilifies within the area affected by the Work will complete their necessary installafions, relocafions, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specificafions indicate that a ufility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construcfion, Secfion 301-1.6, 2009 Edifion, and supplements thereto. Ufilifies which are 3 relocated in order to avoid interference shall be protected in their position and the cost of such protecfion shall be included in the Bid for the items of work necessitafing such relocafion. After award of the Contract, portions of ufilifies which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Secfion 3-2. When the Plans or Specificafions provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitafing such work. Temporary or permanent relocation or alteration of ufilifies requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The ufility owner will relocate service connecfions as necessary within the limits of the Work or within temporary construcfion or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of sen/ice connecfions as necessary between the meter and property line, or between a meter and the limits of temporary construcfion or slope easements. The relocafion of such service connecfions will be paid for in accordance with provisions of Secfion 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connecfions. The Agency will not be involved in any such agreement. In conformance with Secfion 5-6 the Contractor shall coordinate the work with ufility agencies and companies. Prior to the installafion of any and all ufility structures within the limits of work by any ufility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans ^/ and are noted as being located, relocated or are othenA/ise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate ufilifies that ^¥ Revised 8/10/10 Contract No. 6608 Page 79 of 188 interfere with the construcfion, 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 safisfacfion of the ufility agency or company. Such temporary omission shall be for the Contractor's convenience and no addifional compensafion will be allowed therefore or for addifional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the ufility involved unless othenA/ise directed by the Engineer. 6-6 DELAYS. The Contractor shall notify the Engineer of its construcfion schedule insofar as it affects the protecfion, removal, or relocafion of ufilifies. Said nofification shall be included as a part of the construcfion schedule required in Secfion 6-1. The Contractor shall notify the Engineer in wrifing of any subsequent changes in the construcfion schedule which will affect the fime available for protecfion, removal, or relocation of ufilifies. The Contractor will not be entitled to damages or addifional payment for delays attributable to ufility relocations or alterations if correctly located, noted, and completed In accordance with Section 5-1. The Contractor may be given an extension of fime for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the fimely removal, relocafion, or protecfion of exisfing main or trunkline utility facilities within the area affected by the Work if such ufilifies are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the fimely removal, relocation, or protection of such exisfing facilifies. If the Contractor sustains loss due to delays attributable to interferences, relocafions, or alterations % not covered by Secfion 5-1, which could not have been avoided by the judicious handling of forces, equipment or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensafion for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of fime. 5- 6 COOPERATION. When necessary, the Contractor shall so conduct its operafions as to permit access to the Work site and provide fime for ufility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6- 1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as othenA/ise provided herein and unless othenA/ise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notificafion of contract award, the Engineer will set the fime and locafion for the Preconstrucfion Meeting. Attendance of the Contractor's management personnel responsible for the management, administrafion, and execufion of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstrucfion Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meefing. The nofice to proceed will only be issued on or after the complefion of the preconstrucfion meefing. 6-1.1.1 Construction Schedule Submittal. The Contractor shall submit the Bar Chart Construcfion Schedule per the submittal requirements of Secfion 2-5.3. The submittal of the Bar Chart ^¥ Revised 8/10/10 Contract No. 6608 Page 80 of 188 Construcfion Schedule shall be on hard (paper) copy and electronic media conforming to Secfion 6- 1.3.3 Electronic Media. 6-1.2 Bar Chart. 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 durafion on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.3 Measurement and Payment of Construction Schedule. The Contractor's preparafion, revision and maintenance of the Construcfion Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as pracficable, the Contractor shall diligently prosecute the Work to complefion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situafion. All costs of prosecufing the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, unfil the Contractor takes said steps. As soon as possible under the provisions of the Specificafions, the Contractor shall backfill all excavations and restore to usefulness all improvements exisfing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, ^^i^ the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such acfions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing ail operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specificafions. All work in Madison Street and Roosevelt Street between Carlsbad Village Drive and Grand Avenue must be completed in September. 6-2.3 Project Meetings. The Engineer will establish the fime and locafion of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Secfion 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meefings will be made. Each Meeting shall include a 3-week look ahead schedule. The Look Ahead Schedule shall be in bar chart format and will be used as an outline for the Schedule Status topic to start each Weekly Meeting and shall be provided by the Contractor. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as othenA/ise specified in Secfion 6-6.3. %¥ Revised 8/10/10 Contract No. 6608 Page 81 of 188 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavafion in the area of discovery and shall not confinue unfil ordered by the Engineer. When resumed, excavafion operafions within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entified to an extension of fime and compensafion in accordance with the provisions of Secfion 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the fime specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locafions as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written nofice upon the Contractor and the Surety on its Faithful Performance Bond demanding safisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellafion, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the fime of cancellafion, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and ail claims for damages because of cancellafion of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written nofice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the enfire Contract, all money due the Contractor at the fime of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellafion, or fails to confinue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of complefing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for complefion, the Contractor or Surety shall pay to the Agency within 5 days after the complefion, all costs in excess of the sums due. The provisions of this secfion shall be in addifion to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discrefion or when condifions encountered during the Work make it impossible or impracficable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official acfion of a public authority. ^¥ Revised 8/10/10 Contract No. 6608 Page 82 of 188 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of fime as provided herein, but the Contractor will not be entified to damages or addifional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulafions, labor disputes, strikes, fires, fioods, adverse weather or elements necessitafing cessafion of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specificafions. No extension of fime will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a fimely manner in accordance with the sequence of the Contractor's operafions and the approved construcfion schedule. If delays beyond the Contractor's control are caused by events other than those menfioned above, the Engineer may deem an extension of fime to be in the best interests of the Agency. The Contractor will not be entified to damages or addifional payment due to such delays, except as provided in Secfion 6-6.3. If delays beyond the Contractor's control are caused solely by action or inacfion by the Agency, such delays will enfitle the Contractor to an extension of fime as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of fime, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determinafion of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written nofice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may othenA/ise be obligated by. The Contractor shall provide confinuing daily written nofice to the Engineer, each working day, throughout the durafion of such period of delay. The inifial and confinuing written nofices shall include the classificafion of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative durafion of the standby, the Contractor's opinion of the cause of the delay and a cogent explanafion of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the fime set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The fime of complefion of the Contract shall be expressed in working days. completion within 40 working days after the starting date specified in the Notice to Proceed. ^¥ Revised 8/10/10 Contract No. 6608 Page 83 of 188 6-7.2 Working Day. A working day is any day within the period between the start of the Contract fime as defined in Secfion 6-1 and the date provided for complefion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor Is prevented from working at the beginning of the workday for cause as defined in Secfion 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless OthenA/ise approved in wrifing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any fime during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determinafion of each working day to be charged against the Contract fime. These determinafions will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract fime, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract fime remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. OthenA/ise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is safisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specificafions for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certificafion by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Nofice of Complefion" to be filed in the office of the San Diego County Recorder. The date of recordafion shall be the date of complefion of the Work. All work shall be warranted for one (1) year after recordafion of the "Nofice of Complefion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the fime specified in the nofice. If the Contractor fails to make such replacement or repairs within the fime specified in the nofice, the Agency may perform this work and the Contractor's surefies shall be liable for the cost thereof. Revised 8/10/10 Contract No. 6608 Page 84 of 188 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the fime allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Secfion 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of nine hundred dollars ($900.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that nine hundred dollars ($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 complefion date shall not constitute a waiver of this paragraph or of any damages. 6- 10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and ufilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such acfion. Such acfion by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulfing from use by public traffic or from the acfion of the elements or from any other cause, except Contractor operafions or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operafions. Nothing in this secfion shall be construed as relieving the Contractor from full responsibility for correcfing defecfive work or materials. In the event the Agency exercises its right to place Into sen/ice and ufilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the ufilizafion of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7- 1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condifion all equipment and facilifies as required for the proper execufion and inspecfion of the Work. Such equipment and facilifies shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or othenA/ise objecfionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall stricfiy adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- fion because of race, color, nafional origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violafions. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in secfion 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. /% Revised 8/10/10 Contract No. 6608 Page 85 of 188 7-4 WORKERS' COMPENSATION INSURANCE. Before execufion of the Contract by the Board, the Contractor shall file with the Engineer the following signed certificafion: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensafion or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Secfion 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the durafion of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execufion of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensafion insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expirafion or proposed cancellafion of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effecfive. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publicafion of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensafion insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no addifional compensafion will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operafions such as, but not limited to, those permits required for night work, overload, blasfing, and demolifion. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Agency Permits. Agency permits for the Work are included in Appendix 'A' of these supplemental provisions. 1. Coastal Zone - Sites 1A and 6 are located in the Coastal Zone. Repair and maintenance activities not described in C.M.C. Secfion 21.201.070 do not require a Coastal Development Permit. This includes repair and maintenance acfivifies that are not located in sensifive habitat areas or adjacent to coastal bluffs or waters. The projects are located within existing improved and developed areas. In addition, no increase in capacity will occur as a result of the projects and therefore will not require a Coastal Development Permit. 2. Village Area - A portion of site 1A and all of sites 2 and 3 and located within the city's Village Review Area and are potenfially subject to Village Review permits. The Village Design Manual states the projects which are exempt from Coastal Development /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 86 of 188 Permits, per the Coastal Commission Act, are also exempt from Village Review Permit Requirements. Furthermore, the design manual also specifically exempts repair and maintenance acfivifies and or acfivifies of public utilifies. The projects as proposed are exempt from any Village Review permits. 3. Environmental Review - The projects as proposed are exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Secfion 15301 - Exisfing Facilifies. Secfion 15301 exempts the repair, maintenance, or minor alterafion of exisfing facilifies, such as streets, sidewalks, gutters, and ufility services, involving negligible or no expansion. Secfion 15302 exempts the replacement or reconstrucfion of exisfing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substanfially the same purpose and capacity as the structure replaced. Section 15282(k) statutorily exempts installation of new pipeline or maintenance, repair restorafion, removal, or demolifion of an exisfing pipeline as long as the project does not exceed one mile in length. For these reasons, the drainage projects, as proposed, are exempt from CEQA and further environmental review. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representafive may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representafive shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instrucfions or direcfions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essenfial work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operafions and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinafing its work with others, the Contractor will not be enfitled to additional compensafion from the Agency for damages resulfing from such simultaneous, collateral, and essenfial work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. Revised 8/10/10 Contract No. 6608 Page 87 of 188 ^ 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the ufility companies C during the relocafion or construcfion of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the ufility company. No addifional compensafion will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construcfion, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specificafions, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construcfion, including restorafion, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspecfion, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavafion material from catch basins or similar structures shall be removed from the site V immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as pracficable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work unfil the condifion is corrected. No addifional compensafion will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the durafion of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discrefion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no addifional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulafions of any legally constituted authority. 7-8.3 Vermin Control. At the fime of acceptance, structures enfirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary exterminafion work shall be arranged and paid for by the Contractor as part of the Work within the Contract fime, and shall be performed by a licensed exterminator in accordance with requirements of governing authorifies. The Contractor shall be liable for injury to persons or property and responsible for the eliminafion of offensive odors resulfing from exterminafion operafions. Revised 8/10/10 Contract No. 6608 Page 88 of 188 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodafions shall be maintained in a neat and sanitary condifion. They shall also comply with all applicable laws, ordinances, and regulafions pertaining to public health and sanitafion of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to fiow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construcfion, plant establishment, maintenance, cleanup, tesfing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no addifional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaufion to protect channels, storm drains, and bodies of water from pollufion. It shall conduct and schedule operafions so as to minimize or avoid muddying and silfing of said channels, drains, and waters. Water pollution control work shall consist of construcfing those facilities which may be required to provide prevenfion, control, and abatement of water pollufion. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 2009-0009-DWQ, Nafional Pollutant Discharge Eliminafion System (NPDES) General \^ Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construcfion Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollufion Prevenfion and Monitoring Plans for this project in accordance with these regulafions. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphalfic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combusfion engines used in the construcfion shall be equipped with mufflers in good repair when in use on the project with special attenfion to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caufion to avoid damage to such property. The Contractor shall repair or replace ail existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, ufility installafions, pavement, structures, etc.) which are damaged or removed as a result of its operafions. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to exisfing improvements and shall match them in finish and dimension. ^¥ Revised 8/10/10 Contract No. 6608 Page 89 of 188 Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condifion and locafion as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable nofice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operafions shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all fimes. Unless othenA/ise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stafions and motels; hospitals; police and fire stafions; and establishments of similar nature. Access to these facilifies shall be confinuous and unobstructed unless othenA/ise approved by the Engineer. Safe and adequate pedestrian zones and public transportafion stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless othenA/ise approved by the Engineer. Vehicular access to residenfial driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of fime. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collecfion and removal of trash and garbage to maintain exisfing schedules for these services. Grading operafions, roadway excavafion and fill construcfion shall be conducted by the Contractor in a manner to provide a reasonably safisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condifion safisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one fime. One half shall be kept open and unobstructed unfil the opposite side is ready for use. If one-half a street only is being improved, the other half shall be condifioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company. Coast Waste Management at 929-9417. ^**^*«^ During overlay operafions, the Contractors schedule for overlay applicafion shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking Revised 8/10/10 Contract No. 6608 Page 90 of 188 within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disrupfion. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be nofified. The notificafion shall be hand delivered and shall state the date and fime the work will begin and its anficipated durafion. The notificafion shall list two telephone numbers that may be called to obtain addifional informafion. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief descripfion of the work and simple instrucfions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notificafion to the Engineer for approval. Nofices shall not be distributed unfil approved by the Engineer. For residences, the nofificafion shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasfing prinfing. The material shall be equivalent in strength and durability to 65 lb. card stock. The prinfing on the nofice shall be no smaller than 12 point. An example of such nofice is provided in Appendix "A". In addifion to the notificafions, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restricfion for a durafion not to exceed the fime necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posfing the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, prinfing and distribufion of the notificafions shall be included in the contract price bid for traffic control and the Contractor will not be enfitled to any additional compensafion for prinfing and distribufing these nofices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construcfion materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construcfion within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized addifional storage fime. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless othenA/ise permitted. After placing backfill, ail excess material shall be ^^^^^^^^^ removed immediately from the site. ^| Revised 8/10/10 Contract No. 6608 Page 91 of 188 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, fiagpersons, and watchpersons. The Contractor shall be responsible for compliance with addifional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon complefion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760)602-2720 2) Carisbad Fire Department Dispatch (760)931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operafions (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760)929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviafing from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportafion. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans. The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condifion or replace said component and shall restore the component to its original locafion. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineafion or devices as may be required herein, the Engineer may, at his/her sole opfion, install the traffic signs, markings, delineafion or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construcfion traffic signs and control devices shall be maintained throughout the durafion of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary refiective pavement markers shall conform to the provisions of Secfion 214-5.1.et seq. All temporary refiective channelizers shall conform to the provisions of Secfion 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Secfion 210-1.6 et seq. except that ail temporary paint shall be rapid dry water borne conforming to Secfion 210-1.6 for materials and Secfion 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direcfion and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stafionary mounted signs. Stationary signs that warn of non-existent condifions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to exisfing condifions. Care shall be used in ^¥ Revised 8/10/10 Contract No. 6608 Page 92 of 188 performing excavation for signs in order to protect underground facilities. All excavation required to install stafionary construcfion area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Secfion 280, of the California Vehicle Code, portable signs shall be illuminated or, at the opfion of the Contractor, shall be in conformance with the provisions in Secfion 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with refiective cone sleeves as specified in CALTF^NS "Standard Specificafions", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Secfion closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the acceptable shy distance, (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorizafion to the reducfion in clearance that is specific to the fime, durafion and locafion of such waiver, when such reducfion is shown on the traffic control plans included in these contract documents, when such reducfion 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, require the Contractor to detour traffic, adjust the width the adjacent traffic lane or provide barriers. oved by the Engineer or for the work of installing, ^^g|^ As a condifion of such waiver the Engineer may width of, or realign the adjacent traffic lane, close During the enfire construcfion, a minimum of one paved traffic lanes, not less than 12' wide, shall be open for use by public traffic in each direcfion of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan unfil the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineafion shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the ^¥ Revised 8/10/10 Contract No. 6608 Page 93 of 188 4 California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliterafion of pavement '^^^ delineafion, temporary or permanent pavement delineafion shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineafion 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 delineafion shall be performed by the Contractor. When temporary pavement delineafion is removed, all lines and marks used to establish the alignment of the temporary pavement delineafion shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineafion shall not be applied over exisfing pavement delineafion or other temporary pavement delineafion. Temporary pavement delineafion shall be maintained unfil superseded or replaced with permanent pavement delineafion. Temporary pavement delineafion shall be removed when, as determined by the Engineer, the temporary pavement delineafion conflicts with the permanent pavement delineafion or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineafion is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineafion shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction acfivifies that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construcfion acfivifies that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Secfion 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implemenfing them. The minimum 20-day review period specified in Secfion 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the enfire durafion of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transifion lengths, cun/e radii, stafioning of features affecting the traffic control plan and the methodology proposed to transifion to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevafion vertical cun/es must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modificafion, addifion, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modificafions, supplements, and/or new designs to TCP. The Engineer may approve any such modificafions, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modificafions, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modificafion, addifion, supplement, and/or new design shall not be implemented and no work shall be commenced that is confingent on such approval unfil the changed TCP are approved by the Engineer. The preparafion of such modificafion, addifion, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modificafions, supplements, and/or new designs to TCP shall conform to the requirements of Secfion 2-5.3 Shop Drawings and Submittals. The standard TCP and notes are attached in the appendices: *W APPENDIX F - STANDARD TRAFFIC CONTROL PLAN APPENDIX G - CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS ^¥ Revised 8/10/10 Contract No. 6608 Page 94 of 188 Contractor shall comply with Appendix G requirements. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensafion for furnishing all labor (including fiagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparafion, reproducfion and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved addifions and modificafions, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and fime to prepare and review modificafions, addifions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no addifional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no addifional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulafions. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavafion shall start unfil the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included In the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized In writing by the Engineer, or as othenA/ise stated in the Specificafions. Explosives shall be handled, used, and stored in accordance with all applicable regulafions. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasfing operafions. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous i substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in "^'^ /\ Revised 8/10/10 Contract No. 6608 Page 95 of 188 Secfion 5194 of the California Code of Regulafions shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and applicafion instrucfions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condifions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Secfions 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potenfial physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potenfial isolafion and control of energy and material infiow 4. Controlled access to the space 5. Atmospheric tesfing of the space 6. Venfilafion of the space 7. Special hazards considerafion 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilifies, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Tifie 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavafions, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces unfil the pre-entry procedures demonstrate othenA/ise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all fimes for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implemenfing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precaufions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all fimes, as required by the condifions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construcfion as protruding nails, hoists, well holes, and falling materials. Revised 8/10/10 Contract No. 6608 Page 96 of 188 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used In the Work. The Contractor shall indemnify and hold the Agency harmless from any legal acfion that may be brought for infringement of patents. r 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and locafion shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and Nafional laws and County and Municipal ordinances and regulafions which In any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all fimes observe and comply with such laws, ordinances, and regulafions. Municipal ordinances that affect this work include Chapter 11.06. Excavafion and Grading. If this nofice specifies locafions or possible materials, such as borrow pits or gravel beds, for use in the proposed construcfion project which would be subject to Secfion 1601 or Secfion 1603 of the Fish and Game Code, the condifions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become condifions of the contract. 7-14 ANTITRUST CLAIMS. Secfion 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, tifie, and interest in and to all causes of acfion it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Secfion 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, sen/ices, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Field Office for Agency personnel is not required. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othenA/ise specified, quantifies of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantifies of pipe, piling, fencing and fimber shall be considered as being the true length measured along longitudinal axis. Unless OthenA/ise provided in Specificafions, volumetric quantifies shall be the product of the mean area of vertical or horizontal secfions and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. Revised 8/10/10 Contract No. 6608 Page 97 of 188 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods sfipulated in the particular secfions involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantifies are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensafion for the items of work and all work appurtenant thereto. When required by the Specificafions or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to safisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantifies listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantifies of Contract items constructed in accordance with the Plans and Specificafions. Upon complefion of construcfion, if the actual quantifies show either an increase or decrease from the quantifies given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Secfion 3-2.2.1. The unit and lump sum prices to be paid shall be full compensafion for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensafion will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate acfion is required to prevent injury, death, or property damage, and precaufions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precaufions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency acfion or inacfion under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligafions under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the Revised 8/10/10 Contract No. 6608 Page 98 of 188 transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or othenA/ise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordafion of the "Nofice of Complefion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final esfimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compafible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The esfimated value will be based on contract unit prices, completed change order work and as provided for in Secfion 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after C the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justificafion supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as pracficable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in wrifing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Secfion 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Secfion 685.010 of the Code of Civil Procedure. From each progress esfimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress esfimates and from the final esfimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. Revised 8/10/10 Contract No. 6608 Page 99 of 188 As provided in Secfion 22300 of the California Public Contract Code, the Contractor may substitute securifies for any monies withheld by the Agency to ensure performance under the Contract. After final inspecfion, the Engineer will make a Final Payment Esfimate and process a corresponding payment. This estimate will be in wrifing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantifies and payment amounts and shall show all deducfions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correcfion in the Final Payment Esfimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement dispufing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentafion at the fime of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentafion within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforemenfioned fime, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantifies or amounts not approved by the Engineer will be subject to resolufion as specified in Secfion 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable fime such further informafion and details as may be required by the Engineer to determine the facts or contenfions involved in its claims. Failure to submit such informafion and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Secfion 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment esfimate. Those final payment items disputed In the written statement required in Secfion 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment esfimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Secfions 3-4 Changed Condifions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Nofice and Report, or 6-7.3 Contract Time Accounfing, unless the Contractor has complied with nofice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable fime such further informafion and details as may be required by the Engineer to determine the facts or contenfions involved in its claims. Failure to submit such informafion and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolufion for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolufion under Secfion 3-5, Disputed Work, for those claims remaining In dispute. 9-3.3 Delivered Materials. When provided for in the Specificafions, and subject to the limitafion and condifions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress esfimate. /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 100 of 188 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress esfimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilizafion and subject to the condifions and limitafions in the Specificafions, the costs of work in advance of construcfion operafions and not directly attributable to any specific bid item will be included in the progress esfimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilizafion and preparatory Work will be made at the sfipulated lump-sum price bid therefore in the bid schedule and shall not exceed fifteen percent (15%) of the total contract item, and includes full compensafion for furnishing all insurance, bonds, licenses, labor, materials, ufilifies, tools, equipment and incidentals, and for doing all the work involved in mobilizafion and preparatory work and operafions, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilifies, surefies, work and operafions which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepfing those specifically paid for under separate sections of these specificafions. The Contractor hereby agrees that the sfipulated lump sum amount is sufficient for Mobilizafion and Preparatory Work, as described in this secfion, and that the Contractor shall have no right to addifional compensafion for Mobilizafion and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Nofice to Proceed), forty percent (40%) of s.,/ the amount bid for Mobilizafion And Preparatory Work will be allowed. For the second progress payment, an addifional sixty percent (60%) of the amount bid for mobilizafion and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specificafions shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping. Irrigation systems, and vegetafion in place. If damaged during the work. Contractor is responsible to repair or replace any utilifies, improvements, landscaping, irrigafion systems, and vegetafion at his expense. Bid Schedule A - Shared Improvements: Mobilization (Bid Item No. A-1) Lump Sum Mobilization shall consist of all preparatory work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilizafion shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and incidentals), and Permits (including Caltrans Duplicate Encroachment Permit). 2. Submittal of required construcfion schedule(s). 3. Establishment of all offices, buildings, construcfion yards, sanitary facilifies, and any other facilities necessary for work at all project sites. 4. Posting all OSHA required nofices and establishment of safety programs. 5. Posfing all Department of Labor required nofice, regulafions and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to all project sites. Revised 8/10/10 Contract No. 6608 Page 101 of 188 7. Developing and installing construcfion water supply. 8. Notification of residents and businesses No additional compensation will be allowed for addifional mobilizafions required, including but not limited to delays caused by the relocation of exisfing utility facilities shown on the Plans or discovered during construcfion operations. The delefion of work or the addition of extra work as provided for herein shall be reflected in Contract Change Orders, and shall not affect the price paid for "Inifial Mobilizafion." Payment for "Mobilization" will be made at the lump allowance named in the Bid Schedule, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made as follows: The bid item for mobilization and related items shall not exceed fifteen percent (15%) of the total contract item. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilizafion. The contract lump sum price paid for mobilization shall include full compensafion for furnishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilizafion as specified herein. Dewatering (Bid Item No. A-2) Lump Sum The stipulated amount of $10,000 shall compensate the Contractor for dewatering as required by the Engineer. Compensation will be per Secfion 3-3 Extra Work and will be based on sen/ices performed that were not included in the original contract. Sen/ices may include and not be limited to furnish and maintain equipment and devices necessary to remove and maintain the project site free of groundwater in accordance with Section 306-1.1.8, plan details, and the contract documents. This includes, but is not limited to, furnishing all labor, materials, and equipment to dewater the pipeline trench during construction, prepare dewatering plan, pretreatment devices, and no addifional compensafion will be allowed therefor. Storm Water Pollution Control Plan (SWPCP) (Bid Item No. A-3) Lump Sum The contract unit price paid for the SWPCP work shall include full compensafion for furnishing all labor, materials, tools, equipments, and incidentals for doing all the work involved in developing, preparing, obtaining approval of, revising and amending the Tier 1 -SWPPP, and installing, construcfing, maintaining, removing and disposing of BMPs as shown in the Tier 1 - SWPPP, in accordance with Drawing Set 457-4C and Secfion 300-13 and no addifional compensafion will be allowed therefor. Potholing and Utility Coordination (Bid Item No. A-4) Lump Sum The contract unit price paid for Potholing and Ufility Coordinafion work shall include full compensation for furnishing all labor, materials, tools, equipments, and incidentals for doing all the work involved in the location of, and relocafion of any utilities within the project areas as defined on Drawing Set 457-4C and no additional compensation will be allowed therefor. Bid Schedule B - Pacific Avenue and Mountain View: Remove AC Cross-Gutter and Construct PCC Cross-Gutter (Bid Item No. B-1) Square Feet The contract unit price paid for this bid item shall constitute full compensafion to furnish material and labor to remove existing pavement and construct PCC cross-gutter in accordance with SDRSD D-12, Secfions 300-1, 300-2 and 306-5, the plans and contract documents. This includes but is not limited Revised 8/10/10 Contract No. 6608 Page 102 of 188 to sun/eying, utility locating, protection of utilities, excavafion, removal and disposal of materials, installation of PCC cross gutter and no additional compensation will be allowed therefor. 1 Va" Grind Asphalt Concrete (Bid Item No. B-2) Square Foot The contract unit price paid for the bid item shall constitute full compensafion to furnish equipment, grind/plane exisfing asphalt pavement and dispose of material in accordance with Secfion 300-1 and no additional compensafion will be allowed therefore. Construction 1 Va" Minimum Asphalt Concrete Overlay (Bid Item No. B-3) Square Foot The contract unit price paid for the bid item shall constitute full compensation to furnish and install asphalt concrete overlay. Unit price shall include placement, compacfion, resurfacing, AC paving and no additional compensation will be allowed therefore. Traffic Control (Bid Item No. B-4) Lump Sum The Contract lump sum price paid for the traffic control system shall include full compensafion for, but not limited to, furnishing all labor (including flagging costs),, materials (including construction area signs), tools, equipment, traffic control plans per Appendix F and G and revisions, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Full compensafion for removing and salvaging the traffic control equipment and materials that are to be reused or reset In the project shall be considered as included in the Contract lump sum price paid for traffic control system and no additional compensafion will be allowed therefor. Partial payment for traffic control shall be based on the percentage of total value of work completed on the other items listed under each schedule as of each progress pay estimate. Bid Schedule C - Madison Street between Grand Avenue and Arbuckle Place: Remove Existing curb and gutter and Replace 6" curb and gutter (Bid Item No. C-1) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to remove, dispose of and replace curb and gutter accordance with Section 201 and 306-1, the detail on the plans and San Diego Regional Standard Drawing G-2 and the contract documents. This includes, but Is not limited to, sun/eying, excavation, forming, transifion between 6" curb and gutter and depressed curb per detail on sheet 3, DWG 457-4C, backfill, base material, compacfion, sawcutting, and removing and replacing pavement adjacent to gutter, and no additional compensafion will be allowed therefor. Remove Existing and Replace 4" PCC sidewalk (Bid Item No. C-2) Square Feet The contract unit price paid for this bid item shall constitute full compensafion to remove, dispose of and replace PCC sidewalk in accordance with Secfion 201 and 306-1, the detail on the plans and San Diego Regional Standard Drawing G-7, and the contract documents. This includes, but is not limited to, sun/eying, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing sidewalk adjacent to gutter, and no additional compensation will be allowed therefor. AC Removal and Replacement (Driveways and Parking Lot) (Bid Item No. C-3) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to remove and replace AC driveways and parking areas as shown on the plans, the detail on the plans, and the contract Revised 8/10/10 Contract No. 6608 Page 103 of 188 V documents. This includes, but is not limited to, sun/eying, excavafion, forming, backfill, base material, compacfion, sawcutfing, and removing and replacing pavement adjacent to gutter, and no additional Ktm" compensation will be allowed therefor. 1 Va" Grind Asphalt Concrete (Bid Item No. C-4) Square Foot The contract unit price paid for the bid item shall constitute full compensation to furnish equipment, grind/plane existing asphalt pavement and dispose of material in accordance with Section 300-1 and no addifional compensation will be allowed therefore. Construction 1 Va" Minimum Asphalt Concrete Overlay (Bid Item No. C-5) Square Foot The contract unit price paid for the bid item shall constitute full compensation to furnish and install asphalt concrete overlay. Unit price shall include placement, compacfion, resurfacing, AC paving and no additional compensation will be allowed therefore. Replace Signing and Striping (Bid Item No. C-6) Lump Sum The contract unit price paid for this bid Item shall constitute full compensafion to replace all signage, striping and pavement markers disturbed by construction in accordance with Section 310 and 312, between Grand Avenue to 250' North of Grand Avenue and the intersecfion with Grand Avenue, and the contract documents. This includes, but is not limited to; removal, relocation and installation of all signage, pavement markers and striping disturbed by construcfion and no additional compensation will be allowed therefor. Slurry Fill Existing Storm Drain System (Bid Item No. C-7) Stipulated The sfipulated amount of $2,500 shall compensate the Contractor for slurry filling the exisfing abandoned 8" corrugated metal pipe as required by the Engineer. Compensation will be per Section 3-3 Extra Work and will be based on sen/ices performed that were not included in the original contract. Services may include and not be limited to furnish labor, equipment, material and devices necessary to fill existing storm drain with slurry fill accordance with Secfion 201-6 (Controlled Low Strength Material), the plans and contract documents. This includes but not limited to slurry filling the exisfing storm drain pipes as directed by the Engineer, and no additional compensafion will be allowed therefor. Adjust Landscape to Grade Bid Item No. C-8) Lump sum The contract unit price paid for this bid item shall constitute full compensation to adjust landscaping to grade as shown on the plans and the contract documents. This includes, but is not limited to, excavation, backfill, compacfion, and removing and replacing pavement adjacent to gutter, and no additional compensation will be allowed therefor. Reverse D-25 Curb outlet (Bid Item C-9) Each The contract unit price paid for this bid item shall constitute full compensafion to remove and replace the exisfing curb outlet as shown on the plans, the detail on the plans, and the contract documents. This includes, but is not limited to, sun/eying, excavation, forming, sawcutfing, and removing and replacing PCC, and no additional compensation will be allowed therefor Adjust utility to grade (Bid Item C-10) Each The contract unit price paid for this bid item shall constitute full compensation to adjust utilities to grade. This includes, but is not limited to, marking the utility before overlay, obtain materials to raise utility to grade, concrete and removing and replacing pavement adjacent to gutter, and no additional compensation will be allowed therefor. Traffic Control (Bid Item No. C-11) Lump Sum The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, furnishing all labor (including flagging costs), materials (including construction area Revised 8/10/10 Contract No. 6608 Page 104 of 188 signs), tools, equipment, traffic control plans per Appendix F and G and revisions, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, , channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, fiashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Full compensafion for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the project shall be considered as included in the Contract lump sum price paid for traffic control system and no additional compensation will be allowed therefor. Partial payment for traffic control shall be based on the percentage of total value of work completed on the other items listed under each schedule as of each progress pay estimate. Bid Schedule D - Roosevelt Street between Beech Street and Laguna Street: Construct Type B/B-1 Curb inlet (Bid Item No. D-1) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type B and B-1 Curb Inlet in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-2, and the contract documents. This includes, but is not limited to, sun/eying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to curb inlet, remove and replace curb and gutter and sidewalk, and no addifional compensafion will be allowed therefor. Construct 18-inch RCP (Bid item No. D-2) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and Install (Tj the pipe in accordance with Sections 207-2 and 306-1 and City of Carlsbad Drawing GS-26 and S-5, the plans and contract documents. This includes, but is not limited to, sun/eying, locating utilifies, trenching, support of existing utilifies, trench plates, backfill, compacfion, resurfacing, AC paving, aggregate base, remove and replacing cross gutters, and no addifional compensation will be allowed therefor. Construct Storm Drain Cleanout Type A-4 per SDRSD D-9 (Bid Item No. D-4) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type A-4 Cleanout in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-9, and the contract documents. This Includes, but is not limited to, surveying, connecfions, excavafion, forming, backfill, base material, compacfion, sawcutfing, and removing and replacing pavement, and no addifional compensafion will be allowed therefor. Trench Resurfacing per City of Carlsbad Standard Drawing GS-26 (Bid Item No. D-5) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and Install trench resurfacing in accordance with Sections 203 and 302 and City of Carlsbad Drawing GS-26, the plans and contract documents. This includes, but is not limited to, surveying, locafing ufilifies, resurfacing, AC paving, and no addifional compensation will be allowed therefor. Relocate/Adjust Existing Water Service per W-3 (Bid Item No. D-6) Each The contract unit price paid for this bid item shall constitute full compensafion to relocate/adjust water sen/Ice if in confiict with new pipeline including and not limited to: furnish and install water service and trench resurfacing in accordance with Secfions 203 and 302 and City of Carlsbad Drawing GS- 24 and W-3, the plans and contract documents. This includes, but is not limited to, sun/eying. Revised 8/10/10 Contract No. 6608 Page 105 of 188 3 locating utilities, water sen/ice line materials and installation, testing, resurfacing, AC paving, and no additional compensation will be allowed therefor. Remove and Replace curb, gutter and sidewalk near proposed Type B inlet (right side) (Bid Item No. D-7) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to remove and replace curb and gutter and sidewalk near proposed Type B and B-1 Curb Inlet in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing G-2 and G-7, and the contract documents. This includes, but is not limited to, sun/eying, excavation, forming, backfill, base material, compacfion, sawcutting, and removing and replacing pavement adjacent to gutter, and no additional compensation will be allowed therefor. Traffic Control (Bid Item No. D-8) Lump Sum The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, traffic control plans and revisions, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in the Standard Specificafions and these Special Provisions, and as directed by the Engineer. Replace Signing and Striping (Bid Item No. D-9) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensafion to replace all signage, striping and pavement markers disturbed by construction in accordance with Section 310 and 312, within the project limits and fifty feet to the north and south of the project limits, and the contract documents. This includes, but is not limited to; removal, relocation and installafion of all signage, pavement markers and striping disturbed by construction and no additional compensation will be allowed therefor. Bid Schedule E - Harrison Street South of Chinquapin: Remove and Dispose curb and gutter and AC Berm (Bid Item No. E-1) Lineal Feet The contract unit price paid for this bid item shall constitute full compensation to furnish material and labor to remove existing and construct PCC curb and gutter and existing AC berm in accordance with Secfions 300-1, 300-2 and 306-5, the plans and contract documents. This includes but not limited to sun/eying, locafing utility, excavation, removal and disposal of materials, and no additional compensafion will be allowed therefor. Install 6" Curb and Gutter (SDRSD G-2) (Bid Item No. E-2) Lineal Feet The contract unit price paid for this bid item shall constitute full compensation to remove, dispose of and replace curb and gutter accordance with Section 201 and 306-1, the detail on the plans and San Diego Regional Standard Drawing G-2 and the contract documents. This includes, but is not limited to, sun/eying, excavafion, forming, backfill, base material, compacfion, sawcutfing, and removing and replacing pavement adjacent to gutter, and no additional compensation will be allowed therefor. Remove and Replace 4" PCC sidewalk (Bid Item No. E-3) Square Feet The contract unit price paid for this bid item shall constitute full compensation to remove and replace PCC sidewalk in accordance with Secfion 201 and 306-1, the detail on the plans and San Diego Regional Standard Drawing G-7, and the contract documents. This includes, but is not limited to, sun/eying, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing sidewalk adjacent to gutter, and no additional compensation will be allowed therefor. Revised 8/10/10 Contract No. 6608 Page 106 of 188 Remove and Replace AC driveway Apron (Bid Item No. E-4) Each The contract unit price paid for this bid Item shall constitute full compensation to remove and replace AC Driveway in accordance with Secfion 203 and 301 and 303, the detail on the plans, and the contract documents. This includes, but is not limited to, surveying, excavation, backfill, base material, compacfion, sawcutting, and removing and replacing AC driveway adjacent to gutter and existing parking area, and no addifional compensation will be allowed therefor. Remove and Replace PCC Driveway Apron (SDRSD No. G-14D) (Bid Item No. E-5) Each The contract unit price paid for this bid item shall constitute full compensation to remove and replace PCC driveway apron in accordance with Section 201, 301 and 303, the detail on the plans, and the contract documents. This includes, but is not limited to, sun/eying, excavation, forming, backfill, base material, compacfion, sawcutting, and removing and replacing PCC driveway adjacent to gutter, and no addifional compensafion will be allowed therefor. Grind Asphalt Pavement (Bid Item No. E-6) Square Foot The contract unit price paid for the bid item shall constitute full compensation to furnish equipment, grind/plane existing asphalt pavement and dispose of material in accordance with Secfion 300-1 and no additional compensation will be allowed therefore. Construct Asphalt Concrete Overlay (Bid item No. E-7) Square Foot The contract unit price paid for the bid item shall consfitute full compensation to furnish and install asphalt concrete overlay. Unit price shall include placement, compacfion, resurfacing, AC paving and no addifional compensation will be allowed therefore. Remove Subgrade under proposed curb and gutter and replace with aggregate base (Bid Item No. E-8 The contract lump sum price paid for this bid item shall constitute full compensation to remove and dispose of the existing subgrade, perform compaction and replace subgrade in accordance with Section 200 and 301, the detail on sheet 3 of the plans, and the contract documents. This includes, but is not limited to, sun/eying, excavation, backfill, base material, compacfion, and removing, disposing of and replacing subgrade adjacent to gutter, and no addifional compensation will be allowed therefor. Raise to grade existing private sanitary sewer clean out per City of Carlsbad Drawing No. S-7 (Bid Item E-9) Each The contract lump sum price paid for the bid item shall consfitute full compensation to raise to grade exisfing private sanitary sewer cleanout per City of Carlsbad standard drawing No. S-7. Unit price shall include materials, excavation, installation, replacing landscaping and exisfing ground to grade and no additional compensafion will be allowed therefore. Traffic Control (Bid Item No. E-10) Lump Sum The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, furnishing all labor (including fiagging costs), materials (including construcfion area signs), tools, equipment, traffic control plans and revisions, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locafions, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable fiashing beacons, fiashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in the Standard Specificafions and these Special Provisions, and as directed by the Engineer. } Revised 8/10/10 Contract No. 6608 Page 107 of 188 Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset In the project shall be considered as included in the Contract lump sum price paid for traffic control system and no addifional compensation will be allowed therefor. Partial payment for traffic control shall be based on the percentage of total value of work completed on the other items listed under each schedule as of each progress pay esfimate. Replace Signing and Striping (Bid Item No. E-11) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to replace all signage, striping and pavement markers disturbed by construction in accordance with Secfion 310 and 312, within the project limits and fifty feet to the north and south of the project limits, and the contract documents. This includes, but is not limited to; removal, relocation and Installation of all signage, pavement markers and striping disturbed by construction and no additional compensation will be allowed therefor. Revised 8/10/10 Contract No. 6608 Page 108 of 188 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following secfion: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this secfion and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements In this secfion and Table 200-1.2.2(B). When permeable material is required and the class or kind is not specified. Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless OthenA/ise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes Percen Type A tage Passing Type B 50-mm (2") — 100 37.5-mm (IV2") — 95-100 19-mm (%") 100 50-100 12.5-mm (V2") 95-100 — 9.5-mm (%") 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-Mm (no. 200) 0-3 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm(1") 100 19-mm (V) 90-100 9.5-mm (V) 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-Mm (No. 30) 5-15 300-Mm (No. 50) 0-7 75-|jm (no. 200) 0-3 Revised 8/10/10 Contract No. 6608 Page 109 of 188 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specificafion, July 1999, Secfion 26: Aggregate Bases, Subsecfion 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following secfion: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combinafion of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the opfion of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" ICQ — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 ^ No. 200 2-9 2-9 \^ QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be confinued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operafing Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's producfion, whichever is smaller. Revised 8/10/10 Contract No. 6608 Page 110 of 188 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class Maximum Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8") Street Light Foundafions and Sun/ey Monuments 330-C-23 (560-C-3250) 100 (4") Traffic Signal Foundafions 350-C-27 (590-C-3750) 100 (4") Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specificafions for Public Works Construcfion not shown herein as changed are not affected by this table. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type "A" Sealant (Two-Part Poiyurethane Sealant). Add the following: All finished concrete surfaces shall have a 14" confinuous expansion joint at locafions indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not OthenA/ise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight confinuous seals without causing staining or deteriorafion of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instrucfions for joint preparafion and joint sealer applicafion. Contractor shall also submit samples for inifial selecfion purposes in form of manufacturer's standard bead samples, consisfing of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and locafion where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applicafions similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compafible with one another and with joint substrates under condifions of service and applicafion, as demonstrated by sealant manufacturer based on tesfing and field experience. Revised 8/10/10 Contract No. 6608 Page 111 of 188 Provide color selecfions made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Secfion 201-1.2.4(a) of these Special Provisions. Joint sealants shall be mulfi-component poiyurethane sealant. Except as othenA/ise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag. Type II. Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compafible with joint substrates, sealants, primers and other joint fillers; and are approved for applicafions indicated by sealant manufacturer based on field experience and laboratory testing. Plasfic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of fiexible plasfic foam either open-cell poiyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fiuid at an applicafion temperature of 190°C (375T) to 205'C (400^). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407. Sec. 5 3.5 mm, max. 25*'C, 150 g, 5 s Flow, OOX ASTM D 3407, Sec. 6 5 mm, max. Resilience .ASTM D 3407, Sec. 8 25%, min. 25X Softening Point, ASTM D 36 82 X, min. Ducfility, ASTM D 113 300 mm, min. 25*'C, 50 mm/min Flash Point, COC. X ASTM D 92 288 "C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa s No. 27 Spindle, 20 rpm, 190*0, SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradafion conforms to the grading as shown in Table 203-6.4.3 (A). Deviafions in gradafion may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Revised 8/10/10 Contract No. 6608 Page 112 of 188 Plant inspected asphalt concrete will be considered in conformance with the mix design when visually Inspected and the combined gradafion of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Convenfional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluafion of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant Inspecfion that confirms the producfion of a particular mix design and verifies using samples of aggregate taken before the addifion of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluafion, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradafion of Extracfion using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability^ in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. ^Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than -I-/-5. When using core sample analysis, the samples must be properly prepared to safeguard against infiux of outside contaminates and so that the cut surfaces do not infiuence the test results. 203-6.8 Asphalt Concrete Storage. add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203- 11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204- 1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) USES GRADES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Construction grade Redwood or preservative treated construcfion grade Douglas Fir '"^^ Headers for bituminous pavement larger than 50 mm X 100 mm (2"x4") Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir Revised 8/10/10 Contract No. 6608 Page 113 of 188 SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following secfion: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specificafions and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, fiat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.1.2 Sign Identification. The following notafion shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabricafion, D. Type of retrorefiecfive sheeting, and E. Manufacturer's identification and lot number of retrorefiecfive sheefing. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plasfic signs. Painfing, screening, or engraving of the notafion will not be allowed. The notafion shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismafic sheefing (High Intensity Prismafic or equivalent) or Type IX prismafic cube lens sheefing (Diamond Grade VIP or equivalent) in accordance to ASTM Designafion D4956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designafion B209. Sheet aluminium shall be pretreated in accordance to ASTM Designafion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and fightly adherent chromate conversion coafing free of powdery residue. The conversion coafing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulfing from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on mulfiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounfing blocks as approved by the Engineer consisfing of 10-gage or 12-gage cold-rolled steel perforated tubing when mulfiple posts are used. /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 114 of 188 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direcfion, warning, and regulafion of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stafionary and portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Specificafions and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, fiat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Nofice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismafic sheefing (High Intensity Prismatic or equivalent) or Type IX prismafic cube lens sheefing (Diamond Grade VIP or equivalent) in accordance to ASTM Designafion D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designafion B209. Sheet aluminium shall be pretreated in accordance to ASTM Designafion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tighfiy adherent chromate conversion coating free of powdery residue. The conversion coafing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coafing process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulfing from fabricafion. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stafionary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportafion Standard Plans RSI, RS2, RS3 and RS4 for Installafion of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m(7'). d) Unless othenA/ise shown on the plans traffic sign posts shall conform in materials and installafion to SDRS drawing M-45 and shall have one post provided for each 0.48 m^ (5 ft^jof sign area, or the signs may be installed on exisfing lighfing standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilizafion of stafionary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stafionary mounted signs are installed and the type of sign installafion is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stafionary mounted signs shall consist of refiective sheeting applied to a sign substrate. ¥ Revised 8/10/10 Contract No. 6608 Page 115 of 188 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operafion. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, fiexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stafionary mounted sign panels in secfion 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applicafions of orange enamel which will match the color of the sign panel background. Tesfing of paint will not be required. Add the following secfion: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following secfion: 206-8.1 General. This Secfion pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilizafion of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designafion G-90. Galvanizing shall be performed after all forming and punching operafions have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following secfion: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variafion shall not exceed 1.6 mm in 1 m (1/16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld fiash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addifion, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). TABLE 206-8.2(A) Nominal Outside Dimensions mm (inches) Outside Tolerance for All Sides at Corners mm (inches) 25x25 (1 Xl) 0.13 0.005 32x32 (IV4XIV4) 0.15 0.006 38x38 (IV2XIV2) 0.15 0.006 44x44 (1^/4X1%) 0.20 0.008 51 x51 (2x2) 0.20 0.008 56x56 (2^/i6x2^/i6) 0.25 0.010 57 X 57 (2V4X2V4) 0.25 0.010 64x64 (2V2X2V2) 0.25 0.010 51 x76 f2x3) 0.25 0.010 W Revised 8/10/10 ^3 Contract No. 6608 Page 116 of 188 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) Squareness^^^ mm (Inches) Twist Permissible In 900 mm (3") mm<2^ (Inches)^^^ 25x25 (1x1) 0.15 0.006 1.3 0.050 32x32 (I-V4XI-V4) 0.18 0.007 1.3 0.050 38x38 (I-V2XI-V2) 0.20 0.009 1.3 0.050 44x44 (1-%x1-%) 0.25 0.010 1.6 0.062 51 x51 (2x2) 0.30 0.012 1.6 0.062 56x56 (2-^/l6X2-^/l6) 0.36 0.014 1.6 0.062 57x57 (2-V4X2-V4) 0.36 1.014 1.6 0.062 64x64 (2-V2X2-V2) 0.38 0.015 1.9 0.075 51 x76 (2x3) 0.46 0.018 1.9 0.075 Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and nofing the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following secfion: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type III Add the following secfion: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following secfion: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operafion. The complete PCMS unit shall be capable of operafing in an ambient air temperature range of -20°C (-4°F) to +70°C (158''F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operafion height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After inifial placement, PCMS shall be moved from locafion to locafion as directed by the Engineer Add the following secfion: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be fiat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selecfion. 'Xiiniiiii'" %9 Revised 8/10/10 Contract No. 6608 Page 117 of 188 ^^^^^ Lamp matrix type signs shall be equipped with an automafic dimming operafional mode that automafically compensates for the infiuence of a temporary light source or other abnormal lighting condifions. The sign shall have manual dimming operafion modes of 3 or more different lamp intensifies. Matrix signs not ufilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a locafion allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of addifional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolafile memory to hold the keyboard created messages in memory during periods when the power is not acfivated. The controller shall provide for a variable message display rate which allows the operator to match the informafion display to the speed of the approaching traffic. The flashing off fime shall be operator adjustable within the control cabinet. Add the following secfion: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locafions shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendafions. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condifion, and meet the provisions of these specificafions, including current registrafion. Add the following section: 206- 9.4 Measurement and Payment. The contract unit price PCMS shall include full compensafion for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operafing, maintaining, repairing, replacing, transporting from locafion to locafion, and delivery of the signs to the City at the complefion of the construcfion, in good working order, and as directed by the Engineer, and no other compensafion will be made. SECTION 207 - PIPE 207- 2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meefing the requirements of ASTM Standard Specificafion designafions C 361-95 and C 443-94. Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C-361 for the limits shown on the plans. 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless othenA/ise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA cm. Rubber gasket material shall conform to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ducfile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA CI 50 and ANSI 21.51, AWWA CI 51, and shall be of the size Revised 8/10/10 Contract No. 6608 Page 118 of 188 and thickness classes shown on the Plans. Unless othenA/ise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless othenA/ise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM CI 50 Type II, AWWA C104/A21.4.90 and outside coafing of bituminous coafing a minimum of 2 mils, thick in accordance with AWWA CI 51 or CI 00. 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform In all respects to Carisbad Municipal Water District Rules and Regulafions for Construcfion of (Potable or Reclaimed) Water Mains, latest edifion. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Secfion 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Layout Drawings Manufacturer's tests Mill Reports or Plant Test Reports Fabricafion Details Dimensional Checks Protective Coafings Welding Procedures/Certificafion for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Secfion IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Secfion 3. Welders shall submit a copy of their certificafion to the District prior to performing any field welding. Certificafions shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identificafions in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless othenA/lse specified on the Drawings. Add the following secfion: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following secfion: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Ufility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion laminafion process, not adhesives. No inks or prinfing shall extend to the edges of the tape. All prinfing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207- 25(B). J Revised 8/10/10 Contract No. 6608 Page 119 of 188 TABLE 207-25.1 (A) DETECl FABLE UNDERGROUND UTILITY MARK! NG TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5.500 PSI) Elongafion ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTMD671-81 Pliable hand Inks Manufacturing specificafions Heat-set Mylex Message repeat Manufacturing specificafions Every 500 mm(20") Foil Manufacturing specificafions Dead soft/annealed Top layer Manufacturing specificafions Virgin PET Bottom layer Manufacturing specificafions Virgin LDPE Adhesives Manufacturing specificafions >30 percent, solid 1.5#/R Bond strength Boiling H2O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-25.1(8) Color Utility Marked Red Electric power, distribufion, transmission, and municipal electric systems. Yellow Gas and oil distribufion and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communicafions, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. c Add the following secfion: 207-25.2 Materials Approvals. Detectable Underground Ufility Marking Tape shall meet the requirements of each of the following agency/associafion publicafions. A. Department of Transportafion, Materials Transportafion Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. Nafional Transportafion Safety Board, Washington, DC, Special Study Prevenfion of Damage to Pipelines. Adopted June 7,1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended pracfice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administrafion, Washington, DC, Public Buildings Service Guide Specificafion for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrificafion Authority (REA), U.S. Department of Agriculture, Washington, DC, Nafional Electrical Safety Code for Underground Construcfion for remote and immediate hazards. Revised 8/10/10 Contract No. 6608 Page 120 of 188 SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Pre-reatment / Surface Preparation Primer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appearance None Two coats white Acrylic Emulsion Paint (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specificafion No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplasfic conforming to CALTRANS Specificafion No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplasfic material and shall conform to the requirements of CALTRANS Specificafion No. 8010-004 (Type II). CALTRANS Specificafions for water borne paint, thermoplasfic material and glass beads may be obtained from the CALTRANS Transportafion Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer, add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidificafion of soil. Planfing tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counfies shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(B): Revised 8/10/10 Contract No. 6608 Page 121 of 188 Table 212-1.2.4(B) SOIL AMENDMENT PROPERTIES Property Minimum Maximum Dry Weight Nitrogen (1) (1) Dry Weight Passing 25 mm (1") Sieve 100% 100% Dry Weight Passing #4 Sieve 95% 100% Dry Weight Passing #16 Sieve 45% 65% Dry Weight Passing #30 Sieve 30% 40% Dry Weight Passing #50 Sieve 0% 10% Dry Weight Passing #100 Sieve 0% 2% Salinity (1) (1) Iron (Dilute acid soluble on dry weight basis) 0.08% Ash (dry weight basis) 0% 6.0% PH 6.0 7.0 Wettability (1) (1) (1) (As Required by Table 212-1.2.4(A) SSPWC) For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on- going quality assurance program that fulfills the requirements of the most recent version of the "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Certificates of compliance shall contain a statement attesfing that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Secfion 2-5.3.3. SECTION 213 ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Table 213-2.1(A) Add the following: Geotextile types shall be used for the applicafions listed in Table 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separafion of Soil and Street Structural Secfion 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separafion of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (% Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (% Ton) 250N Plant Protecfion Covering 90N Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing 90WS Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing 200WS ^¥ Revised 8/10/10 Contract No. 6608 Page 122 of 188 Add the following secfion: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213- 3 Gravel bags. Gravel bags for the use of temporary erosion control shall be buriap type, filled with no less than 23kg (50 lbs) of 19 mm (%") crushed rock and securely tied closed. Plasfic bags are not acceptable. SECTION 214 PAVEMENT MARKERS 214- 5 REFLECTIVE PAVEMENT MARKERS Add the following secfion: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specificafions shall be one of the types shown in Table 214-5.1 (A), or equal thereto. TABLE 214-5.1(A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM- Temporary Overiay D< Markers W (8 avidson Traffic Control Products, 3110 70^^ Avenue East, Tacoma, A 98424, 77) 335-4638 Add the following secfion: 14-5.2 Permanent Reflective Channelizer. Refiective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locafions shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheefing as specified in the special provisions. The refiective sheefing shall be 75 mm x 300 mm in size. The reflective sheefing shall be visible at 300 m at night under illumlnafion of legal high beam headlights, by persons with vision of or corrected to 20/20. Refiecfive channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 /% Revised 8/10/10 Contract No. 6608 Page 123 of 188 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Secfion 2-5.3.3 "Submittals". Said certificate shall certify that the permanent refiective channelizers comply with the plans and specificafions and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. Revised 8/10/10 Contract No. 6608 Page 124 of 188 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General, add the following to the third paragraph: During surface clearing operafions, the Contractor shall not cover or bury any plant growth or other objecfionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertenfiy mixes organic or other objecfionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objecfionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no addifional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials, add the following: Also included in clearing and grubbing shall be removal and disposal of exisfing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, exisfing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Exisfing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locafions and no other payments will be made. Unless othen/vise noted on plans, the Contractor shall remove all exisfing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned ufilifies shall be included in the lump-sum bid for Clearing and Grubbing, and no addifional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General, add the following: Unclassified excavafion shall include removal and stockpile of suitable material, recompacfion, mixing, trenching and backfilling of storm drains, sewers, other ufilifies, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompacfion of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross secfion. Unclassified excavafion shall be ufilized onsite to make all fills shown on the plans. Unclassified excavafion shall also include scarificafion and moisture adjustment and compacfion of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mifigafion grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and ^^....^^ pumping and disposal of storm and ground water. 300-2.2.1 General, add the following: Alluvial and colluvial removal and recompacfion shall consist -...III'" Revised 8/10/10 Contract No. 6608 Page 125 of 188 ^^^^ of excavafing, blending and recompacfing loose soils in areas that are designated to receive fills. The exisfing loose soils shall be removed by the Contractor unfil a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the opfimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to opfimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompacfion. The excavated material shall be placed and compacted in accordance with section 300-4 of the specificafions except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General, add the following to the first paragraph: Such direcfion may include, but is not limited to, direcfing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevafions on the site. Add the following secfion: 300-2.2.3 Compressible Soil. Compressible soils such as exisfing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavafion unless it is considered othenA/ise 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 addifional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavafion unless it is considered OthenA/ise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsecfion 300-2.2.1. 300-2.6 Surplus Material, add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall ufilize 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 construcfion equipment, as defined in secfion 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.9 Payment, add the following: Payment for work performed under secfions 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 secfion 3- 3 EXTRA WORK of the specificafions. Payment for Unclassified Excavafion shall include costs of sun/eying, staking, preparafion of earthwork quantity reports, placement, compacfion, soil remediafion, moisture adjustment and water therefore, rework of compressible soils, slope rounding, grading, stockpiling, access road, temporary detour roads, earthen swales and drainage channels as shown on the drawings or required by the contract documents. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. Revised 8/10/10 Contract No. 6608 Page 126 of 188 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General, add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide ail shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condifion that is level, firm, clean and free from all debris or foreign matter. Excavafions shall be kept free from water at all fimes. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas, add the following: Except as provided in secfion 300-4.7, "Compacfion", areas proposed for improvements all fill (including backflll and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.5 Placing Materials for Fills, add the following: The Contractor shall perform grading such that the upper 900 mm (3') of fill placed in the roadway pavement area is composed of properly compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and property compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the Internafional Conference of Building Offlcials. Should insufficient soils meefing 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 construcfion 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 reducfion does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formafional 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 quantifies 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 ufilized for erosion mifigafion or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carisbad, a separate grading permit will be required for disposal of rock. 300-4.6 Application of Water, add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below opfimum moisture as determined by ASTM test D-1557- 91. 300-4.7 Compaction, add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compacfion. On all areas to receive planfing, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.9 Measurement and Payment, delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidafing, slope rounding, construcfion of transifions and all work ^^mt,^ included in and incidental to Secfion 300-4, "Unclassified Fill" will be paid for as a part of unclassified j excavafion, and no addifional payment will be made therefore. Revised 8/10/10 Contract No. 6608 Page 127 of 188 300-5 BORROW EXCAVATION. Add the following secfion: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisfing 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) Tests Test Method No. Requirements R-Value Calif. 301 40 Min. Expansion Index UBC Standard 18-2 10 Max. Plasficity Index ASTM D 424 4 Max. Sieve Analysis ASTM D 422 Percent Passing 75\x (No. 200) 15 Max. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following secfion: 300-13.1 Tier 1 Storm Water Pollution Prevention Plan. As part of the storm water pollufion prevention work, the Contractor shall prepare and submit Tier 1 Storm Water Pollufion Prevention Plan, hereafter referred to as the "SWPPP," attached as Appendix C. 300-13.1.1 SWPPP Document Within 15 calendar days after the execufion of the contract, the Contractor shall submit 3 copies of the Tier 1 SWPPP to the Engineer, in accordance with Secfion 2-5.3.3 of these Special Provisions. Add the following secfion: 300-13.1.3 Payment. The Contractor shall provide storm water pollufion prevenfion at the contract lump sum price bid. The contract lump sum price paid for "storm water pollufion prevenfion" shall include full compensafion for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in preparafion, reproducfion and changing of storm water pollufion prevenfion control plans, placing, removing, storing, maintaining, moving to new locafions, replacing, and disposing of the storm water pollution control system as shown on the plans and approved addifions and modificafions, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and fime to prepare and review modificafions, addifions, supplements and/or new storm water pollufion prevenfion plan designs shall be included in the lump sum bid and no additional payment will be made therefore. Progress payments for "Storm Water Pollution Prevenfion" will be based on the percentage of the improvement work completed per the lump sum. Add the following secfion: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the durafion of the project for installing, construcfing, inspecfing and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless othen^/ise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementafion shall confinue throughout any temporary suspension of work ordered in accordance with Secfion 6-3, "Suspension of Work". Requirements for installafion, construcfion, inspecfion, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Revised 8/10/10 Contract No. 6608 Page 128 of 188 Soil stabilization pracfices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementafion of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construcfion activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the durafion of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construcfion operafions, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following secfion: 300- 13.1.5 Maintenance. To ensure the proper implementafion and funcfioning of control measures, the Contractor shall regulariy inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify correcfive acfions and time frames to address any damaged measures or reinifiate any measures that have been disconfinued. The construcfion site inspecfion checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properiy implemented, and to ensure that the control measures are funcfioning adequately. The Contractor shall submit one copy of each site inspecfion record to the Engineer, within two days of the inspecfion. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitafion events; and 4. Roufinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or funcfioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and fime if requested by the Contractor and accepted by the Engineer in wrifing, but not later than the onset of subsequent precipitafion events. The correction of deficiencies shall be at no addifional cost to the City. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301- 1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". ^ 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Revised 8/10/10 Contract No. 6608 Page 129 of 188 Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have C base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparafion shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operafions and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensafion will be allowed. SECTION 302 - ROADWAY SURFACING Add the following: The Contractor shall be responsible for tree trimming along the curb line as noted in Secfion 300-1 Clearing and Grubbing - so as to provide a clear travel way during the construction of the roadway resurfacing. The Contractor shall treat all vegetation within the limits of the paved area to be surfaced with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to surfacing the street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treatment of the areas to be surfaced and no extra payment will be made therefore. Public Convenience and Traffic Control. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work, Contractor shall send, by flrst class mail, nofification letters to all property addresses within 500' of the work. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the appropriate information specific to the work inserted at the locafions indicated in the brackets and italicized. (Name of Contractoi) (Address of Contractoi) (Contractor's License Numbei) CONTRACTOR TO COMPLETE AS APPROPRIA TE FOR EACH STREET SEGMENT (Date) Dear Merchant/Resident: As a part of the City of Carlsbad's ongoing program to maintain and improve its streets and drainage systems, construction of a new storm drain/drainage system is sclieduled in your neighborhood. The construction wiii inciude an overiay of a portion of XXXXXXXXXXXX Street. This construction wiii require the partiai closing oi XXXXXXXX between XXXXXXXXXmd XXXXXXXXXior several weeks from iVIiVi/DD/YR to IVIIVI/DDnrR between the hours of XX PIVI to XX AiVI IVIonday through Friday. In order to keep the street open, no on-street parking wiii be permitted between XXPM and XXAM Monday night tiirougli Friday. No Parking signs will be posted in ^¥ Revised 8/10/10 Contract No. 6608 Page 130 of 188 advance of construction activities. After the resurfacing, when walking to and from your car, remember not to walk on the newly paved street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the new asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the construction for the city and you may call them at the above phone number if you have any questions regarding the project. .If you have a moving company scheduled during the construction period please call and inform the Contractor of the date. if you have any concerns which cannot be addressed by the Contractor, you may call the City's Project inspector XXXXXXXXXXXX @ (xxx) xxx-xxxx. Construction Updates wiii be available on the City of Carlsbad web site at www.carisbadca.gov. Thank you for your cooperation as we work to make a better City of Carlsbad. During operafions, the Contractor's schedule for resurfacing shall be designed to provide residents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disrupfion. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the notificafion which shall state the date and fime the work will begin and its anficipated durafion. The notificafion shall list two telephone numbers that may be called to obtain addifional informafion. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representafive of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notificafion shall also give a brief descripfion of the work and simple instrucfions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Nofices shall not be distributed unfil approved by the Engineer. For door hangers, the notificafion shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasfing prinfing. The material shall be equivalent in strength and durability to 65 lb. card stock. The prinfing on the nofice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. ^¥ Revised 8/10/10 Contract No. 6608 Page 131 of 188 The preparafion, materials, prinfing and distribufion of the notificafions shall be included in the contract price bid for Traffic Control and the Contractor will not be entitled to any additional compensafion for prinfing and distribufing these nofices. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in secfion 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compacfion shall be as approved by the Engineer. 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-fime screed men during all paving. Delete the second sentence of paragraph 7 and the subsequent subsecfions A. thru E. which reference windrow operafions. Add the following sentence in place of the deleted sentence and subsequent subsecfions: The use of windrow operafions shall not be allowed. 302-5.6.1 General, modify as follows: Second paragraph. Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless othenA/ise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed othenA/ise by the Engineer, the inifial breakdown rolling shall be followed by a pneumafic-tired roller as described in this secfion. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the overiay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overiay. Each appurtenance shall be located immediately after the overiay is placed and shall be thoroughly cleaned of any and all construcfion debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carisbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. SI. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusfing to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensafion for all labor, materials, and equipment necessary for complefing the work as described in these specificafions and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No addifional payment shall be made for any tack coat or sand blotter. Add the following secfion: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION ^¥ Revised 8/10/10 Contract No. 6608 Page 132 of 188 ^^^^ Add the following secfion. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restorafion of exisfing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of exisfing asphalt pavement in conformance with secfion 300-1.3, compacfion of existing subgrade in conformance with secfion 301-1, grading and compacfion of base material in conformance with secfion 301-2, applicafion of grade SS-lh emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following secfion. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1') below exisfing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for esfimafing purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by oufiining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1') of subgrade to 95% relative compacfion. A tack coat of SS-lh emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m^ to 0.45 L/m^ (0.05 to O.IOgallons per square yard) in accordance with subsecfion 3.02-5.4, SSPWC. the Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsecfion 302-5.6.2 SSPWC. Add the following section. 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before Installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way In accordance with Secfion 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melfing unit. Temperature of the heat transfer medium shall not exceed 245*'C (475T). Applicafion of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4**C (40*'F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are cleariy marked with data showing the manufacturer's name, the product designafion and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the exisfing pavement. All excess sealant shall be removed from the crack with a minimum overiap onto adjacent pavement. Add the following secfion: 302-11.4. Measurement and Payment. Quantifies of full depth asphalt concrete patch and crack sealing set forth in the bid item are for esfimafing purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant applicafion areas. Payment for resurfacing shall include post emergent herbicide treatment. Full compensafion for conforming to the requirements of construcfing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (1') thick secfion of exisfing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compacfion of subbase and asphalt concrete, placement of SS-lh asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth '^j asphalt concrete patch and no addifional compensafion will be allowed therefore. Full compensafion for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 133 of 188 labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, applicafion of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no addifional compensation will be allowed therefore. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General, add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 10 welded wire mesh. Add the following secfion: 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb, add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilifies with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Type of underground facilifies Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transifions at each side of an inlet. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" - 10 guage wire mesh throughout. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following secfion: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This secfion covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this secfion both in applicafion and circumstance of use. Add the following secfion: 306-1.1.7.1 Requirements for Use. Alternate construcfion methods that avoid the use of steel plate bridging shall be used by the Contractor unless othenA/ise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as condifions of /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 134 of 188 approval of the use of steel plate bridging. Considerafion of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composifion. 2. Durafion of use of the steel plate bridging. 3. Size of the proposed excavafion. 4. Weather condifions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ APT -t- EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ APT •»• EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administrafion (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be ufilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be ufilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be ufilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reducfions. SLOPE = the quofient of the vertical differenfial divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locafions spanning a dis- tance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discrefion of the Engineer, the Engineer determines that no alternative method of construcfion is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternafives considered to bridging shall include, but not be limited to, detouring traffic, construcfion 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 locafion so approved shall not exceed four (4) consecutive working days In any given week. Add the following secfion: 306-1.1.7.2 Additional Requirements. in all cases when the depth of the trench exceeds the width of the steel plate bridging resfing on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or -.^^^ safety of workers or the public the Contractor shall install shoring conforming to Secfion 7-10.4.1 of /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 135 of 188 the Standard Specificafions. The trench shoring shall be designed and Installed to support the steel plate bridging and traffic loads. All approvals for design, substitufion of materials or methods shall be submitted by the Contractor in accordance with all provisions of secfion 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavafions in accordance with secfion 306-1.5. Add the following secfion: 306-1.1.7.3 Installation. When backfilling operafions of an excavafion in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic fiow. In such cases, the following condifions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discrefion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be fliled with elastomeric sealant material which may, at the contractor's opfion, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x %") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement secfion, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement secfion shall be completely filled with elastomeric sealant material. At the Contractor's opfion, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following secfion: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS F( OR A GIVEN TRENCH WIDTH Maximum Trench Width Minimum Plate Thickness 0.3 m (10") 13 mm (V2") 0.6 m (23") 19 mm {%") 0.8 m (31") 22 mm Ck") 1.0 m (41") 25 mm (1") 1.6 m (63") 32 mm (1 %") Revised 8/10/10 Contract No. 6608 Page 136 of 188 the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design Specificafions Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of fricfion available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addifion to all other required construcfion signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following secfion: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installafion, removal, relocafion, preparafion and processing of shop drawings and sui3mittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or descripfion will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract fime will be allowed for, or because of, the use of steel plate bridging. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe, add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General, add the following: The Contractor shall install detectable underground ufility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being Installed by the open trench method. The type and color of detectable underground ufility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements, delete Secfion 306-1.3.4 and replace with the following: The Contractor shall density trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compacfion shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No addifional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensafion for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in secfion 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the complefion of backfill and densificafion of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation, add the following: Payment for ufilifies undergrounding which includes the ufility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for ufilifies undergrounding - V and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be ^¥ Revised 8/10/10 Contract No. 6608 Page 137 of 188 installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (%") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless othenA/ise noted on plans, the Contractor shall remove all exisfing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned ufilifies shall be included in the lump-sum bid for Clearing and Grubbing, and no addifional payment will be made. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Secfion 86, "Signals, Lighfing and Electrical Systems", of the Caltrans Standard Specifications replaces Section 209, "Electrical Components", and Secfion 307, "Street Lighfing and Traffic Signals", of the SSPWC, in all matters pertaining to the specificafions for measurement, payment, warranty, materials and methods of construcfion of street lighfing and traffic signals. SECTION 310-PAINTING 310-6 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painfing traffic lanes, direcfional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, Appendix f and G, or for approved temporary detours essential for safe control of traffic through and around the construcfion site. The Contractor shall remove by wet grinding all exisfing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painfing 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 exisfing or temporary traffic striping or markings that confiict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the exisfing or temporary traffic striping or markings on pavement shall not exceed variafions from a uniform plane more than 3 mm (Vs") in 3 m (10') when measured parallel to the centeriine of the street or more than 6 mm (V/) in 3 m (10') when measured perpendicular to the centeriine of the street. The use of any equipment that leaves ridges, indentafions or other objecfionable marks in the pavement shall be disconfinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollufion control district having jurisdicfion. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all exisfing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither 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 variafion limitafions for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet A ^¥ Revised 8/10/10 Contract No. 6608 Page 138 of 188 sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliterafion of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overiay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviafing more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installafion of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are cleariy visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specificafions shall be included in the lump-sum price bid for temporary and final traffic striping, and no addifional compensafion will be allowed therefore. Reapplicafion of temporary stripes and markings shall be repainted at the Contractor's expense, and no addifional compensafion will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, ^ and incidentals for doing ail work in installing the final and temporary traffic striping. Add the following Secfion: 310-7 PERMANENT SIGNING Add the following Secfion: 310-7.1 General. Add the following secfion: The Contractor shall provide and install all permanent traffic control signs at locafions shown on plans and as specified herein. Add the following secfion: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specificafions are a part of the lump-sum Item for permanent signing and payment therefore shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specificafion and these special provisions, and as directed by the Engineer. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following secfion: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor ^•'^ Revised 8/10/10 Contract No. 6608 Page 139 of 188 shall place the channelizers uniformly, straight on tangent alignment and on a true arc on cun/ed alignment to the same tolerances of posifion as for applicafion of paint in secfion 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright posifion, from any cause, the channelizers shall immediately be replaced or restored to their original locafion, by the Contractor. When refiecfive channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following secfion: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following secfion: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specificafions, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary refiective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary refiective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in ^ areas where removal of the markers will be required. Pavement striping, legends and markers which f conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the secfion 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in secfion 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following secfion: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locafions shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white refiective sheefing as specified in the special provisions. The refiective sheefing shall be 75 mm x 300 mm (3" x 12") in size. The refiective sheefing shall be visible at 300 m (1000') at night under illumlnafion of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cemenfing pavement markers to pavement in secfion 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and locafion shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on cun/ed alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright posifion, from any cause, the channelizers shall immediately be replaced or restored to their original locafion, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of secfion 4-1.5, "Certificafion". Said certificate shall certify that the channelizers comply with the plans and specificafions and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality ^¥ Revised 8/10/10 Contract No. 6608 Page 140 of 188 control program approved by the Engineer. Add the following secfion: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following secfion: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locafions shown on plans and specified herein. Add the following secfion: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locafions. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, refiective and readable condifion. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following secfion: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (TypeK) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in secfions 210-1.5 "Paint Systems" and 310 "Painfing". Contractor shall be responsible for the removal and cleanup or painfing over the graffifi from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffifi, fire or vehicle marks, dirt or any and all materials such that said marks or discolorafion mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following secfion. 313-3.1.2 Manufacture of Temporary Railing. In addifion to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in secfions 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load fickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions secfions 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designafion: A36/A36M. The bolts shall conform to ASTM Designafion: A 307. A round bar of the same diameter may be substituted for the end-connecfing bolt shown on the plans. The bar shall conform to ASTM Designafion: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (V) thick plate welded on the upper end with a 5-mm (Vie") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in secfion 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Revised 8/10/10 Contract No. 6608 Page 141 of 188 Add the following secfion. 313-3.1.3 Installation of Temporary Railing. In addifion to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundafion. The foundafion shall be graded to provide a uniform bearing throughout the enfire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substanfial offset to each other. The precast concrete units shall be posifioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a refiector installed on top of the rail as directed by the Engineer. Refiectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administrafion (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of secfion 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in exisfing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condifion, or constructed to its planned condifion. Add the following secfion: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite III" manufactured by Energy Absorpfion Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to applicafion, operafional characterisfics, durability and other such characterisfics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurafions shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construcfion or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the applicafion as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevafion of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following secfion: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specificafions are a part of the lump- sum item for traffic control and payment therefore shall include full compensafion for furnishing ail labor, materials, tools, equipment, and incidentals and for doing all the work involved In applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specificafion and these special provisions, and as directed by the ^¥ Revised 8/10/10 Contract No. 6608 Page 142 of 188 ^^^^ Engineer. Payment for temporary crash cushions, concrete barriers and the signs and refiectors marking them shall include the installafion, grading for installafion, grading for the approach path, maintenance, painfing and re-painfing, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for Installafion and/or relocafion of K- rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per secfion 3-3, Extra Work, SSPWC. Revised 8/10/10 Contract No. 6608 Page 143 of 188 SUPPLEMENTAL PROVISIONS **Stet,»^ ^^^^ STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600-3 Rubberized Emulsion - Aggregate Slurry 600-3.2 Materials add the following: Aggregate for Rubberized Emulsion - Aggregate Slurry shall be Type I Slurry Aggregate. 600-3.4 Application of REAS add to the first paragraphs: No slurry shall be applied unfil the provisions of subsecfion 212-1.2.6, Herbicide Applicafion, Secfion 302-11 Asphalt Concrete Pavement Crack Filling and Sealing, Secfion 312-3 Pavement Marker Removal have all been safisfied. The Contractor shall remove all exisfing markings, legends and striping, either permanent or temporary in those areas to be slurried. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to fiow 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 fiow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variafion limitafions for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasfing in any areas. All cracks and areas between exisfing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with herbicides. Herbicides shall be applied at least 2(two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per secfion 6-1. Contractor shall remove any visible plant growth prior to placement of Herbicide. Full compensafion for removal of striping and herbicide applicafion shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit price bid for Rubberized Emulsion Aggregate Slurry and no addifional compensafion will be allowed therefore. 600-3.6 Public Convenience and Traffic Control modify the first line with the following: Public Convenience and traffic control shall conform to 302-4.4.4. There shall be no stockpiling of material allowed on City right-of-way. ^¥ Revised 8/10/10 Contract No. 6608 Page 144 of 188 APPENDIX "A" Door Hanger for Pacific Avenue and Mountain View Drive CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carisbad's ongoing program to maintain its streets and drainage system, the intersecfion of Pacific Avenue and Mountain View Drive will be reconstructed and resurfaced with a concrete cross-gutter and asphalt concrete. This construcfion will require the closing Pacific Avenue between Garfield Street and Mountain View Drive to through traffic from MM/DD/YR to MM/DD/YR from 7:00A.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street In your neighborhood that will not be resurfaced. The exact limits of resurfacing can be determined by calling either the Contractor or the City of Carisbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overiaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overiaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number If you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash Is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. . If you have a moving company scheduled during the construction period please call and inform the Contractor of the date. . If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carisbad. Contractor to provide a map of the project on the back of the Doorhanger/Pocket Card indicating the days when sections will be removed and replaced. ^¥ Revised 8/10/10 Contract No. 6608 Page 145 of 188 APPENDIX "A" Door Hanger for Madison Avenue between Grand Avenue and Arbuckle Place CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carisbad's ongoing program to maintain its streets and drainage system, the east side of Madison from Grand Avenue to 250 feet north will be reconstructed and resurfaced with asphalt concrete. This construcfion will require partial closing of Madison Street within the work zone from MM/DD/YR to MM/DD/YR from 7:00A.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 AM. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. The exact limits of resurfacing can be determined by calling either the Contractor or the City of Carisbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overiaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overiaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number If you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash Is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperafion as we work to make a better City of Carisbad. Contractor to provide a map of the project on the back of the Doorhanger/Pocket Card indicating the days when sections will be removed and replaced. Revised 8/10/10 Contract No. 6608 Page 146 of 188 APPENDIX "A" Door Hanger for Roosevelt Street between Beech Avenue and Laguna CITY OF CARLSBAD ROOSEVELT STREET STORM DRAIN AND SURFACE IMPROVEMENT PROJECT ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear Merchant/Resident: As a part of the City of Carisbad's ongoing program to maintain and improve its storm drain system, construcfion of a new Storm Drain is scheduled in your neighborhood. The construction will include construction of a storm drain, curb inlets, a manhole and surface pavement improvements. This construcfion will require the partial closing of Roosevelt Street between Grand Avenue and Laguna for several weeks from MM/DD/YR to MM/DD/YR between the hours of XX PM to XX AM Monday through Friday. In order to keep portions of the street open during construction, no on-street parking will be permitted between XXPM and XXAM Monday night through Friday. No Parking signs will be posted in advance of construction activities. After the resurfacing, when walking to and from your car, remember not to walk on the newly paved street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the new asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the aspnait is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the construction for the city and you may call them at the above phone number if you have any questions regarding the project.. If you have a moving company scheduled during the construction period please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ ^xxx; xxx-xxxx. Construction Updates will be available on the City of Carisbad web site at www.carisbadca.gov. Thank you for your cooperation as we work to make a better City of Carisbad. Contractor to provide a map of the project on the back of the Doorhanger/Pocket Card indicating the days when sections will be removed and replaced. Revised 8/10/10 Contract No. 6608 Page 147 of 188 APPENDIX "A" Doorhanger for Harrison Street south of Chinquapin Avenue CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carisbad's ongoing program to maintain its streets and drainage system, the west side of Harrison Street from XX feet south of Chinquapin Avenue to XX feet south of Chinquapin Avenue will be reconstructed and resurfaced with asphalt concrete. This construction will require partial closing of Harrison Street within the work zone from MM/DD/YR to MM/DD/YR from 7:00A.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 AM. on the above date .please park your car on an adjacent street In your neighborhood that will not be resurfaced. The exact limits of resurfacing can be determined by calling either the Contractor or the City of Carisbad's Project Inspector. After the resurfacing when walking to and from your car, remember not to walk on the newly overiaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overiaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. yABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number If you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled during the construction period please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project I nspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carisbad. Contractor to provide a map of the project on the back of the Doorhanger/Pocket Card indicating the days when sections will be removed and replaced. Revised 8/10/10 Contract No. 6608 Page 148 of 188 Appendix B CEQA Notice of Exemption NOTICE OF EXEMPTION ^^^^^^^ To: SD County Clerk From: CITY OF CARLSBAD Attn: Linda Kesian Planning Division Mail Stop A-33 1635 Faraday Avenue 1600 Pacific Highway Carlsbad CA $2008 San Diego CA 92101 Subject: Filing Of this Nofice of Exemption is in compliance with Section 21152b of the Public Resources Code (California Environmental Quality Act). Project Number and Title; EA 10-16/CIP 6608 - Northwest Quadrant Storm Drain Program Project Location - Specific; Portions of Pacific Avenue and Mountain View Drive. Madison Street. Roosevelt Street and Harrison Street. All affected streets are in or near Carlsbad's downtovm Village area except for the storm dain improvement on Harrison Street. Which is lust east of Interstate 5 and lust north of Aeua Hedionda Laeoon. Project Location - Citv; Carlsbad Project Location - Countv; SanDieeo Description of Project: Six separate storm drain projects proposed to improve the flow of runoff on streets and into existing storm drain svstems. All improvements are within the existing public rights of wav of existing streets. Improvements include installing grated pipes, catch basins, curb inlets, and replacement curb, gutter and sidewalk: repaying: and regrading of a street intersection. The oroiect is part of a comprehensive program to improve storm drain systems in the Northwest Quadrant. Name of Public Agency Approving Project; Citv of Carlsbad Name of Person or i^ency Carrying Out Project; Citv of Carlsbad Name of Applicant; c/o Sherri Howard. Associate Engineer. Utilities Department Applicant's Address; 1635 Faradav Avenue. Carlsbad. CA 92008 Applicant's Telephone Number; 760.602.2756 ; Exempt Status: {Check Om) • Ministerial (Section 21080(b)(1); 15268); • Declared Emergency (Section 21080(b)(3); 15269(a)); • Emergency Project (Section 21080(b)(4); 15269 (b)(c)); ^ Categorical Exemption - State type and section number: 15301 and 15302 • Statutory Exemptions - State code number:,^ \ • General rule (Section 15061(b)(3)) Reasons why project is exempt; Section 15301 - repair, maintenance, or minor alteration of existing facilities -involving no or negligible expansion. Section 15302 - replacement or reconstruction where the improvement is located on the same site as the structure replaced and will have substantially the same purpose and capacity. Lead Agency Contact Person: Scott Donnell Telephone: (760) 6024618 nPi,, ^ . .7-/^-// DON NEU, City Planner Date Date received for filing at OPR: Revised 06/10 Revised 8/10/10 Contract No. 6608 Page 149 of 188 5 Q. 00 00 o o to o O) (0 Q. IIJ > m Q. o CL DC m I O H CO I III O U- O < O z CO o >< o z lU CL < CITY OF CARLSBAD STANDARD FORM - TIER 1 STORM WATER POLLUTION PREVENTION PLAN STORM WATER COMPLIANCE CERTIPfCATK My proieot Is not In a CBIegety ol peroA typet wcMiipt framtbe Con*(ructlon SWPPP r«qulc«m«nits My project is not IsekUtd inside or wSMn 200 ieet ol an environmentally sensitive area wRh a donilteant polenlitf Ibr contribuUng polulants H> nearby receiving waters by v»ay oJ storm water nflioff or non-stomi water dlschargets}. My pnitcl does not requires a grading plan (wrsuanMo Ihe Carlsbad Grading Ordinance <Chepter 15w16 of the Cartsbsd Munleipal Code) ^ My project wiS not result in 2.900 sqttara feet or morv of sols dMurbance bidudtng any associated eanalnictlon staging, slockpttig. pavement lemoval. equipment storaDe. rerudlng «id msfntenenee areas that meets one or more of nte addlEonal fOSowIng criteria; • located vAlhln zoo feet of an envlfonmentalty sensitive area or the Pacific Ocean; and/or, • disturbed area Is located on a slope «vith a grade at or exceeding S horizontal to 1 varlleal; and/br • disturbed area is locatad along or wttWn 30 teet of a storm drain Met, an open drabwge channel or watercourse; andfor •• construction will be Initiated during the raiity season or wBI extend Into me rainy season (Oct. 1 Birough April 30). I CERTIFY TO TMg BEST OF MY KNOWLEDOE THAT ALL OF THE ABOVE CHECKED STATEMENTS ARE TRUE AND CORRECT. I AM SUBMITTING FOR CITY APPROVAL A TIER 1 CONSTRUCTION SWPPP PREPARED IN ACCORDANCE WITH THE REQUIREMENTS OF CITY STANDARDS, I UNDERSTAND AND ACKNOWLEDGE THAT I MUST: (1) IMPLEMENT BEST MANAGEMENT PRACTICES (BMPS) DURING CONSTRUCTION ACTIViTtES TO THE MAXIMUM EXTENT PRACTICABLE TO MINIMIZE THE MOBILIZATION OF POLLUTANTS SUCH AS SEDIMENT AND TO MINIMIZE THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND, (2) ADHERE TO. AND AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 1 CONSTRUCTION SWPPP THROUOHTOUT THE DURATION OF THE CONSTRUCTION ACTtWTlES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. OWMiRtSVOWNER-S AOSMT NAME (MUNt) STORM WATER POLl.tlTinN PREVENTION KCTTf^ \ ALL NECESSARY EQUIPMENT AND MATERIALS SHAa BE AVAILABLE ON SJTB TO FAaLlTATE RAPID INSTALLATION OF EROSION AND SEDIMENT CONTROL BMPS WHEN RAIN IS EMINENT. 2. THE OWNERA:ONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKINO ORDER TO THE SATISFACTION 0*f THE CITY ENGINEER AFTER EACH RUN- OFF PRODUCING RAINFALL. 3. THE OWNER/CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE cmr ENGINEERING OR BUILDING INSPECTOR DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MA Y ARISE. 4. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT (40%): SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 5. ALL GRAVEL BAGS SHALL BE BURLAP TYPE WITH 3/4 INCH MINIMUM AOOREOATE. 6. ADEQUATE EROSION AND SEDIMENT CONTROL AND PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED SPECIAL NOTES Sits Atidtna: A»»«»Mir"»l>«rael Number;. frr^ect ID: _____ Conitruction Pwmil No.; EsiinMint ConMructisn Suul Oma. 1'rojw.f Duration Emsfjcncy Coniscl; Name 24 tKiur Phone; PerecivK! Threat io Sturni AViita Quality O Medium D Low if atediuTri box a eheckiid, muil MIKK aiKe plan lht«l iltowing pmpcaal work area nntl luaition of prspUeii Mrvetumi BMPi oo o CO CO o (0 • c o o Tor City Use Only CITY OF CARLSBAD STANDARD TIER I SWfl'P Approved By; Dole: Page I of. (D <n •> 01 o oo 00 Best ManageiiMint Practice (BMP) Description -> CASQA Designation -> Comf ruction Activity GrSdingfSet Dislwlwnce Concrvis IMIwoit Wisis Oisposat SleflitMltay l>own Ares H»ii»n)qMS Subttanca UssClatsge sue Aeon Across Oin Other (Isl): ^_ Erosion Control BMPi Scdimant Control fiMPt TracUiig ConbolBMPB i Nan<St0nn ater MaiMgamantfiMPs Waste Management and Materials Pollution Control BMPs to 0) O (0 0. pmcticos (BI^s) 6om fl» I ist locstod rion the lop of to fo^ !i^cT*L l^r^te^in n Thenphcs'in X «thc box »te«"StodcpiBng" row intersect, thenew "Cover with Plssdc" «,lumn. Tolcsm moreabdut what each BMP description means,you =», wiri, to teview the PMP lUl»»cc Hmfetf l>ry«r«l to aSsat .Vf»icj^« ^ of .ppropriste Best MsnsBcment Pfsctiue mcssu.cs. Page 2 of_ 00 O CO CO o CO ^—» c o o 13 tn •> a: 00 oo CM to Scale Of itwp Site Map Features disjaayed on the map inust include: • An putitiie of dte entire pFOpeity • Location and brief description of constrtietion activity areas (eg. gradiiig, tHiUding, trenching, fueling areas, waste container area, wash ficks, hazardous materifll storage area*, etc ) • Location and flow direction arrows for existing drainage facilities (ditches, channeis, inlets, mm drains, etc ) • Location of existing storm water BMP controls (sediment basins, oil/ water separators, sumps, etc ) • Location of proposed storm water BMP controls wifli brief description or legend reference Page 3 or_ O) CQ CL OO O CO CD O CO • C o O <D CO •> a: APPENDIX D POTHOLING Phone: 760-480-2347 Fax: 760.739-8034 Cell: 760-419-2183 REPORT FOR City of Carisbad 1635 Ffflraday Avenue Carlsbad, Ca. 92008 PROJECT Site UtiliQ' Locating and Potholing Task Allotment 1, Project 6608 Carlsbad, CsJifomia TABLE OF CONTENTS 1. DESCRIPTION OF POTHOLE PROCEDURES 2. SITE SPECIFIC DETAILS 3. PROJECT AREA PHOTOGRAPHS 4. POTHOLE TABULATION 5. RECORD OF TESTHOLE DATA SHEETS PREPARED BY AIRX UTILITY SURVEYORS 2534 F^l E! Norte Parkway SUITEC Escondido, Ca. 92027 Tel. 760-480-2437 www.airxus.com DESCRIPTION OF POTHOLE PROCEDURES ^^¥ Revised 8/10/10 Contract No. 6608 Page 153 of 188 AIRX Utility SwwyofS performs a full nuige of ^rvlces including Utility LociGdng, Vacittssi Excavatk»n to identify the dcpfli aaid alignment of existing utilities. Video Inspection scrvk^ and SoMdence Monitoring. When employed Utility Locating establishes an alignment beneath which the desired utility has been traced. To convey this information to crews that follow mark outs are dcme usii^ paint, nails or feathere with appropriate annotatiwL On hard pavement AIRX uses white f»int to identify tl«: intended utility while utility locators use paint of the approprisrte color few that utility. On unpaved surfaces spikes with pink feathers identity the alignmesit or pothole locaticxis. Vacuum excavation entails the use of a vacuum truck as a mode of extraction coeval with high-pressure air or water as the mode of excavation. A hole is first cored or chiseled thro^^gh tht j»vement 12 to 18 inches in diameter through which the vacuum hose and high pressure hose is im»ted. Holes in substrate materials such as sand excavate quickly while those in cd>ble may require considerable time. Trenches are excavated in a similar fashion to expose multiple or fra^le utilities, or when an interruption in service, due to damage by conventional biKskhoe, can not be tolerated. With all of the above methods for locating buried utilities the method for annotating that information on the surface is the same. The facility is traced on the sur&ce and two nails or fei^ers are placed an off^ distance apart. This distance is noted on the middle left side of the sheet. Its significance is two foW: First, it approximates the alignment of the centoiine of the pipeline or encas^ent; and second, it defines the point of depth measurement at the midpoint between the nails or feathers. The depth measurement is rounded to the nearest 1 /2 inch with a tolerance of +/- inch. Surveyors can measure the coordinates of both points to gain an approximation of the alignment and take ti» depth measure at the midpoint. Where requested, convaiiait or a(:^iNriate ctepth measuronents may be tak«i fiwn a remote point, hub or surfawj, such as a valve can ltd or ciffb. If thm is do«e a note will s^pear on the data sheet showing the location of the hub and ^ distance. Potholes may be slighdy offset from the alignment of the utility below. On pavement pink paint between nails marks the alignment of the pipe along with ti» dcpfli to the top of the utility and a brief description of the utility below. AirX potholii^ methods require potable waster Him wss acquired off site, and all vacuumed water was disposed of off site. Water used (hmng the course of pothoUi^ was eoii^>tetely ccmtained and no water was allowed to escape into storm ^aim or mimsA dralnaies. Utility locating was tnittally provicted by UiKierground Service Alert and verified as reqinrol by AlrX Utility Surveyors prior to pcrtholing. SITE SPECIFIC DETAILS AirX was contracted by the City of Carlsbad to perfonn locking and potholing services in Carlsbad, California, for certain utilities f<M- Task Allotment 1, Project 6608 for storm drain improvements, AirX applied for its own Traffic Control and Excavation Permits and performed said work. The project area was on Madison Street and Roosevelt Street. AirX was tasked to do 24 potholes. Potholes 11 and 12 were cancelled due to not finding any ^orm drain pipe at pcrthole 13. The soil stratification was mostly sandish clay. The potholes were backfilled with slurry and the top surface with cold patch. Traffic control was put in place during the entire operation and traffic was moderately busy. Every Wednesday the Farmers Market is set up and traffic is very h^vy at that time. Revised 8/10/10 Contract No. 6608 Page 154 of 188 r ( 00 CO If) X— CD O) CO OL UaUvStMtlMMli) «artKlnB 1 0«nlfltf^ OfmAiomit UtiMy OiMisf UaUvStMtlMMli) «artKlnB 1 Mkia ewMton T«||:«tlllMy » SOOtt 1 TMHMt Attr •i«:»-»a» t Am srr* i YUm Cw«MMM> 4».«'1* } Snmr rV6i> tetrlw 4 SaimIMM CMbWMWD art* * CMW new jftii* * IMeloMi r*vc ir np WMW C4ifA<satwyB eaussariHAiwM 3rwi» « viMr. 454B^SrfS#Mi'. ir«Mi si'W • WlMr eMMtann ir*w 4ri» ) Snw lMa«M<i«aMD (S"W»' » Sn SD8IX raw-!r» » WKsr-Mram CMMMMD ».rw ID WiMff Swvfct SM'ClW*' 2rT/p 11 WA WA •» »t CmMM MA t IS aiMiDiti* dnttMSMK)' |-*IVC wl» IM CMV taMWMMir Mrtm 14 W«M iMaMiMe. IS Sww CaMAsalMVO rvc»» STT* IS wM«San«» 0<n«M«iMO » -» ts* WMHSMVK* cwtawstwyo » »; M SmarLSMW CwMkMSMO IS WMnrSwNe* tSamibia MMO Jrt/r i« waM> CmMMMO ri^ srw ISA uminoMi iia-«c 23 •MW i » 21 <!•> SOCK r«Mi »rt# » WMi rwe STT* 21 on sooae s«raiiMi' arw» IM BianB aart* »A TMKoni ATtT Mjr ...^ StMnDwn CinlMUWD Owawwn a tooaan 00 O CO CO U 2 •J c o o Wtl«r S«MH MIMM WMf Smtc* KM fMN) S*<MrMltMM<lii9lir»n<l«rabRl«r o o 00 •D 0} to •> <D PROJECT AREA PHOTOGRAPHS C Photo 1 (Above left) Looking south on Roosevelt St. Photo 2 {^ve right) Area view of potholes on Roosevelt St. Pht^ 1 (AtMve \etQ \jooMnQ East on Roosevelt St. Photo 2 (Alxwe right) Looking south on RooseveK at pothole areas. Photo 1 {Above left) View of Roosevelt and Grand Streets. Photo 1 (Atjove right) Area view of potholes next to Chase bank. ^¥ Revised 8/10/10 Contract No. 6608 Page 156 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TESTHOISNO: 1 DATECSJG: 01-04.11 UTIUTY SIZE & UTIUTY ENCASEMENT ENCASEMENT UTIUTY TYPE MATERIAL DEPTH TOP BOTTOM DIRECTION Teieooni. i.S-PVC 19,5" T/P Tefecom. 4" PVC 20.5" T/P Electric 3* PVC 41.0" T/P APPROXIMATE NORTHING EASTING GROUND UTIUTY STATION COORDINATES COORDINATES ELEVATION ELEVATION PAVEMENT THICKNESS: ASPHALT: T CONCRETE: 0* BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATKW COW^CT: UTILITY SH(MN ON PLAN: COMMENTS: Ym Yes Yes TRACER WIRE FOUND: PIPECOV^RMATERWL: OVERBURDEN MATERIAL: No Cliy Photo caption 1 Area photo of PH 1 Photo caption 2 Down hole nmage of 2 telephone conduits and 1 electrical conduit ¥ Revised 8/10/10 Contract No. 6608 Page 157 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TEST HOLE NO: 2 DATE DUG; 01-04-11 UTIUTY TYPE Water SIZE & MATERIAL 8" ACP UTIUTY DEPTH 29.0" T/P ENC^ASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: ASPHALT: 7" CONCRETE: 0" BASE COURSE: o UTIUTY MARKED BY USA: MARKOUT LOCATION CORRECT: UTIUTY SHOWN ON PLAN: COMMENTS: TRACER WIRE FOUND; PIPE COVER l«ATERIAL: OVERBURDEN MATERIAL: No Clay Clay Photo captton 1 Area photo of PH 2 Photo caption 2 Down hole image of water main. ^^¥ Revised 8/10/10 Contract No. 6608 Page 158 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X10Q063 TEST HOLE NO: PH3 DATE CHKS: 01-05-11 UTIUTY TYPE Sewer SOE & MATERIAL 8-VCP UTIUTY DEPTH 85.5" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING COORDINATES E/^TINO COOIWINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THWIWESS; ASPHALT: r CONCRETE: BASE COUr^E: UTILHY MARKED BY USA: MARKOUT LOCATION CORRECT; UTILnrY SHOWN ON PLAN; YM TRACER WIRE FOUND: PIPE COVER MATERIAL- OVERBURDEN MATERIAL: COMMENTS; There to a crack in tty of sewer main running IwigatKlini^. Photo caption 1 Area photo of PH 3 Photo caption 2 Down hole image of sewer. Ncrte: The is a crack irt top of pip« ^¥ Revised 8/10/10 Contract No. 6608 Page 159 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TEST HOLE NO: PH 4 DATE DUG: 01-05-11 UTIUTY TYPE 1 Storm Drain 2 3 4 SIZE & MATERIAL CMP UTIUTY DEPni 39" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTBUTY aEVATION PAVEMENT THICKNESS: ASPHALT: 8" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILmr SHOWN ON PLAN: COMMENTS: TRACER WIRE FOUND: PIPE COVER MATERIAL- C^RBUROEN MATERIAL: No Clay Clay Photo capttoni Area photo of PH 4 Photo captton 2 Down mage of PH 4 Note: Storm drain, electric and unknown 2" PVC pipe. Revised 8/10/10 Contract No. 6608 Page 160 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100Q63 TEST HOLE NO: PH 5 DATE DUG: 01-05-11 UTIUTY TYPE Water SIZE & MATERIAL CMLC Size Unknown UTIUTY DEPTH 33** T/P ENCASEMENT TOP ENCASailENT BOTTOM UTiLrry ERECTION APPROXIMATE STATION NORTHING (TIEPT.i) EASTING (TIE PT. 2) GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: ASPHALT: 4" CONCRETE: BA^ COURSE: UTIUTY MARKED BY USA: MARKOUT LOCATION CWRECT; UTIUTY SHOWN ON PLAN: COMMENTS: Yes Ye$ Yes TRACER WIRE FOUND: No PIPE COVER MATERIAL: Ctay/Ssnd OVERBURDEN MATERIAL: Clay/Sand Photo captton 1 Area photo of PH 5 Photo caption 2 Down image of water main size unknown. ^¥ Revised 8/10/10 Contract No. 6608 Page 161 of 188 RECORD OF TEST HOLE DATA UTIUTY TYPE 1 Abandoned Water 2 3 4 SIZE & MATERIAL 12" Sleei UTIUTY DEPTH 31.0 "T/P AIRX JOB NO: X100063 TEST HOLE NO: 8 CyVTEOUG; 1-4-11 ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: ASPHALT: 4" CONCRETE: 0" BASE COURSE: UTILPTY MARKED BY USA: Yss MARKOUT LOCATION CORRECT; Ys* UTIUTY SHOWN ON PUN: Ysi COMMENTS: Water main is corroded and has hotes in it. TRACER WIRE FOUND: PIPE COVER MATERIAL: CWERBURDEN MATERIAL: No Clay Clay Photo caption l Area photo of PH6 Photo caption 2 Looking down hole at 12" steel water main. ^¥ Revised 8/10/10 Contract No. 6608 Page 162 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TEST HOLE NO: 6A DATE DUG: 1-4-11 UTILITY TYPE Water SIZE & MATERIAL 12" ACP UTILITY DEPTH 43.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATKJN NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTIUTY ELEVATKM PAVEMENT THICKfMESS: ASPHALT: 4" CONCRETE: 0" BASE COURSE: UTILrrY MARKED BY USA; MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No day Cli^ Photo caption 1 Area photo of PH 6A Photo caption 2 Lo^ng down hole at 12" water main. ^¥ Revised 8/10/10 Contract No. 6608 Page 163 of 188 RECORD OF TEST HOLE DATA UTIUTY TYPE Sewer Sewer Lateral SIZE & MATetlAL 8" VCP VCP UTIUTY DEPTH 85.0" TIP 79.0" T/P AIRX JOB NO: X100063 TEST HOLE NO: 7 DATEI3UG: 1-4-11 ENCASeMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROMMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: ASPHALT: 4" CONCRETE: 0" BASE COURSE: UTILITY MARKED BY USA; MARKOUT LOCATION CORRECT: UTILmr SHCww ON PLAN: COMMENTS: V«s m TRACER WIRE FOUND: PIPE COVER MATERIAL; OVERBURDEN MATERIAL' No Clay/Sandlsh Clay/Sandtsh Photo caption 1 Area photo of PH 7 Photo caption 2. Down hole Image of sewer main and teteral, O ^¥ Revised 8/10/10 Contract No. 6608 Page 164 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TEST HOLE Na 8 DATE DUG: 1-4-11 UTILITY TYPE Gas SIZE & MATERIAL r OD Steel UnUTY DEPTH 28.0" T/P ENCASEMENT TOP EwrASEMerr BOTTOM UTIUTY DIRECTION APPROXIMATE STATION 1 2 3 4 PAVEMENT THICKNESS: NCWTHING COORDINATES EASTING COORDINATES GROUND ELEVATION ASPHALT: 4" CO^«:RETE: 0" UTIUTY ELEVATION BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERWl: OVERBURDEN MATERIAL: No Clay/Sandisl) Clay/Sandfsh 9 Photo caption 1 Area photo of PH 8 Photo caption 2 Looking down hole at 2" coated gas main in fair condition. ^•r Revised 8/10/10 Contract No. 6608 Page 165 of 188 RECORD OF TEST HOLE DATA UTIUTY TYPE 1 Water Service 2 3 4 SIZE SI MATERIAL 1/2" Copper /MRXJOBNO: X100063 TEST HOLE NO: PH 9 DATE DUG; 01-05-11 UTIUTY DEPTH 29" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION APPROXIMATE STATION NORTHING (TIE PT. t) EASTING (T1EPT.2) GROUND ELEVATION UTIUTY ELEVATION o PAVEMENT THICKNESS: A»»HALT: r CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL No CliV/Sandisli Clay/Sandish Photo caption 1 Area photo of PH 9 Photo caption 2 Looking dowm hole at water service. ^¥ Revised 8/10/10 Contract No. 6608 Page 166 of 188 RECORD OF TEST HOLE DATA UnUTY TYPE ^ Water Service 2 3 4 SIZE & MATERIAL 3/4" Copper UTIUTY DEPTH 29" T/P ENCASEMENT TOP AIRX JOB NO X100063 TEST HOLE NO: Ph 10 DATE DUG: 01-05-11 ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING (TIE PT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTILrrY ELEVATION PAVEMENT THK:KNESS: ASPHALT: CONCRETE: 7'' BASE COURSE: UTIUTY MARKED BY USA; MARKOUT LOCATION CORRECT: UTILrrY SHOWN ON PLAN: COMMENTS: Yes Yes YM TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL No Clay/Sandisii Clay/ Sandish Photo caption 1 Area phot of PH 10 Photo caption 2 Down hole image at water service. ^¥ Revised 8/10/10 Contract No. 6608 Page 167 of 188 RECORD OF TEST HOLE DATA UTIUTY TYPE 1 Water Service 2 3 4 SIZE & MATERIAL 3/4* Copper UTIUTY DEPTH 29-T/P ENCASEMENT TOP AIRX JOB NO X100063 TEST HOLE NO: Ph 10 DATE DUG: 01-05-11 ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING (TIE PT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTILmr ELEVATION PAVEMENT THICKNESS: ASPHALT: CONCRETE: 7" BASE COURSE: UTIUTY MARKED BY USA; MARKOUT LOCATION CORRECT; UTILrrY SHOWN ON PLAN: COMMENTS: Yes Yss Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL No aay/Sam^ Clay/ Sandish Photo captkHi 1 fiiiea phot of PH 10 Pt\<Ao caption 2 Down hole image at water service. ^¥ Revised 8/10/10 Contract No. 6608 Page 168 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO; X100063 TEST HOLE NO; PH 13 DATE DUG: 01-10-11 UTIUTY TYPE 1 Stonti Drain 2 3 4 SIZE & MATERIAL PVC Size Unknown UTILrrY DEPTH 14" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTTON APPROXIMATE STATION NORTHING (TIEPT.I) EASTING (TIE PT. 2) GROUND EUEVATKJN UTIUTY ELEVATION PAVEMENT THICKNESS: ASPHALT: 4" CONCRETE: BASE COUf^E: UTILmr MARKED BY USA: MARKOUT LOCATION CORRECT; UTIUTY SHOWN ON PLAN: COMMENTS: YIM m TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Clay/Sandlsh Clay/Sandlsh Photo captton 1 Area photo of PH 13 Photo caption 2 Down hole image of CATV and Storm Drain ^¥ Revised 8/10/10 Contract No. 6608 Page 169 of 188 RECORD OF TEST HOLE DATA UTILmr TYPE Water SIZE & MATERIAL r ACP AIRX JOB NO: X100Q63 TEST HOLE NO: PH 14 DATE DUG; 01-10-11 UTILITY DEPTH 42" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTKDN APPROXIMATE STATION NORTHING (TIE PT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: ASPHALT: 8" CONCRETE: BASE COURSE: UTIUTY MARKED BY USA; MARKOUT LOCATIOI CC«RECT: UTIUTY SHOWN ON PLAN; COMMENTS: Yes Yss Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: :||i». Kim Clay Photo caption 1 Area photo of PH 14 Photo caption 2 Looking down hole at water main. O ^¥ Revised 8/10/10 Contract No. 6608 Page 170 of 188 o RECORD OF TEST HOLE DATA UTILITY TYPE Sewer SIZE & MATERIAL 8" VCP AIRX JOB NO: X100063 TEST HOLE NO: PH 15 DATE DUG; 01-10-11 UTILITY DEPTH 68" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING (TIEPT.I) EASTING (TIE PT. 2) GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THKiKNESS: ASPHALT: 8" CONCRETE: BASE COURSE: UTILfTY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Yst TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No Clay Clay Photo captron 1 Area photo of Ph 15 Photo caption 2 Looking down hole at sewer main ^¥ Revised 8/10/10 Contract No. 6608 Page 171 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO; X100063 TEST HOLE NO: PHIS DATE DUG: 01-06-11 e UTiLrrr TYPE Water Service SIZE t MATERIAL Utility not found UTIUTY DEPTH ? ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION APPROXIMATE STATION NORTHING (TIE PT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTILHTY ELEVATION PAVEMENT THK:KNESS: ASPHALT: 8" CONCRETE: BASE COURSE: UTILITY MARKED BY USA; MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes No Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: COMMENTS: Dug 72" deep and 60" wide no water service was found. Pfwto caption 1 Area photo of PH 16 No <^ Clay Photo caption 2 Loooking down hole no water service found. Revised 8/10/10 Contract No. 6608 Page 172 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X1Q0063 TEST HOLE NO; PH ISA DATE DUG; 01-10-11 UTILITY TYPE 1 Water Service 2 3 4 SIZE ft MATERIAL Utility not found UTILmr DEPTH ? ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING (TIE PT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 8" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: Yss MARKOUT LOCATION CORRECT: lip UTILITY SHOWN ON PLAN: YM COMMENTS: Dug 48" and probed to TT TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL No mm Photo captton 1 Area photo of PH 16 and 16A Photo caption 2 Looking down hole no water servtoe found ^^¥ Revised 8/10/10 Contract No. 6608 Page 173 of 188 RECORD OF TEST HOLE DATA AIFPCJOB NO; X100063 TEST HOLE fK): PH 17 DATE DUG: 01-06-11 UTIUTY TYPE Sewer Lateral SBE & MATERIAL 4" PVC UTIUTY DEPTH 55" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING (TIEPT.I) EASTING (TIE PT. 2) GROUND ELEVATK3N UTILmr ELEVATION PAVEMENT THICKNESS: ASPHALT: 8.5" CONCRETE: BASECOUi^E: UTILITY MARKED BY OSA: MARKOUT LOCATION CORRECT: UTILrrY SHOWN ON PLAN: COMMENTS: Yes Yes Yss TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No Clay Cl^ Photo caption l Area photo of PH 17 Photo captton 2 Looking down hole at sewer lateral. Revised 8/10/10 Contract No. 6608 Page 174 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TEST HOLE NO: PH 18 DATE DUG: 01-06-11 UTIUTY TYPE ^ Water seroice 2 3 4 SIZE & MATERIAL 3/4" Copper UTILITY DEPTH 39" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTKW APPROXIMATE STATION NORTHING (TIE PT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTIUTY ELEVATKW PAVEMENT THICKNESS: ASPHALT: 8" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: YM VM TRACER WIRE FOUND; PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Clay Photo captton 1 Area photo of PH 18 Photo caption 2 Looking down hole at water service. ^¥ Revised 8/10/10 Contract No. 6608 Page 175 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TEST HOLE NO; 19 DATE DUG: 1-6-11 UTIUTY TYPE Water MATERIAL 8" PVC Umknown 1 1/rPVC UTILmr DEPTH 51.0"T/P 28* T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION APPROXIMATE STATKIN NORTHING COORDINATES EASTING COORDINATES Gf«)UND ELEVATION UTILmr ELEVATION PAVEMENT THICKNESS: ASPHALT: 6" CONCRETE: 0" BASE COURSE: UTILITY IWWfWED BY USA: MARKOUT LOCATION CORRECT: UTIUTY SHOWN ON PLAN: YM YM YM TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL No Clay/SsiKllsh Clay/ Sandish COMMENTS: Found 11/2" PVC conduit In same hole above water main. Photo caption 1 Area photo foPH 19 Ph«o caption 2 Looking down hole at water maHt. Note: Conduit ainnti^ above water main unknown utSMy. Revised 8/10/10 Contract No. 6608 Page 176 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TEST HOLE NO: PH20 DATE DUG: 01-07-11 UTILITY TYPE Sewer SIZE & MATERIAL Unknown UTILITY DEPTH ? E^K:A8EMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION APPROXIMATE STATION NORTHING (TIE PT. 1) EASTING (TIE PT. 2) GROUND ELEVATKJN UTILITY ELEVATION PAVEMENT THKJKNESS: ASPHALT: CONCRETE: BASE COURSE: UTILITY MARKED BY USA; YM MARKOUT LOCATION CORRECT: l|p UTIUTY SHOWN ON PLAN: Vim COMMENTS: Dug 6* deep and probed down to 12' TRACER WIRE FOUND: PIPE COVER MATERIAL; OVERBURDEN MATERIAL: No Clay/Sandlsh Clay/Sandlsh Photo captton 1 Area photo of PH 20 Photo caption 2 Looking down hole no sewer main was ^nd. Revised 8/10/10 Contract No. 6608 Page 177 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: XI00063 TEST HOLE NO; 21 DATE DUG; 1-6-11 UTIUTY TYPE Gas SIZE & MATERIAL 1" Steel UTIUTY DEPTH 24.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATWN NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILmr ELEVATION PAVEMENT THK:KNESS: ASPHALT: 4" CONCRETE: 0" BASE COURSE: UTILrrY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILHY SHOWN ON PLAN: COMMENTS: Yes YM Yes TRACER WIRE FOJNO; PIPE COVB* MATERIAL: OVERBURreN MATERIAL: No Clay/Sandlsh Clay/SancHsh Photo caption 1 Area phot of PH 21 Photo caption 2 Dawn hole image of steel gas line. V Revised 8/10/10 Contract No. 6608 Page 178 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO XI00063 TEST HOLE NO: 22 DATE DUG; 1-6-11 UTIUTY TYPE Water SIZE & NUTERIAL 6" PVC UTIUTY DEPTH 54.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILrrY DIRECTION APPROXIMATE STATK5N NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: ASPHALT: 6" CONCRETE: (T* BASE COURSE: UTILfTY MARKED BY USA: MARKOUT LOCATION CORRECT; UTILrrY SHOWN ON PLAN; COMMENTS: YM YM YM TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL No Clay/Sandlsh Clay/Sandlsh Photo captton 1 Area view of PH 22 Photo captton 2 Down hole image of water main. Note: Caution tape above water main. ^¥ Revised 8/10/10 Contract No. 6608 Page 179 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO: X100063 TEST HOLE NO: 23 DATE DUG; 1-6-11 UTIUTY SIZE & UTILmr ENCASEMENT ENCASEMENT UTIUTY TYPE MATERIAL DEPTH TOP BOTTOM DIRECTION Gas 3/4" Steel 22.0" T/P Electric M-PVC 38.5" T/P Telephone 1-3" PVC 38.5" T/P APPROXIMATE NORTHING EASTING GROUND UTIUTY STATION COORDINATES COORDINATES ELEVATION ELEVATK^N PAVEMENT THK:KNESS: ASPHALT: 8" CONCRETE: 0" BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT; UTILITY SHOWN ON PLAN: COMMENTS: YM YM YM TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Clay/Sandish Ctoy/Sandish Photo captton 1 Down hole view of gas ser\rice. Photo captton 2 Down hole image of telephone and electrical ducts found is same hole with gas servtoe, o ^¥ Revised 8/10/10 Contract No. 6608 Page 180 of 188 RECORD OF TEST HOLE DATA AIRX JOB NO; X1CKX)63 TEST HOLE NO: PH24 DATE DUG: 01-10-11 UTILmr TYPE Stonn Drain SIZE & MATERIAL Concrete size unknown UTILITY DEPTH 73" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION APPROXIMATE STATION NORTHING (TIE PT. 1) EASTING (TIE PT. 2) GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: ASPHALT: 12" CONCRETE: BASE COURSE: UTILrrY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN COMMENTS: YM Yas YM TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL; No Clay/Sandlsh Clay/Sandish 3 Photo caption 1 Area view of PH 24 Photo caption 2 Down hole image of concrete storm drain. Revised 8/10/10 Contract No. 6608 Page 181 of 188 NOTES: 1. smai SHAa BE STAINLESS STEEL ASTM B127 MONEL OR EQUAL 2. WHITE PAINT SHALL BE NON~WATBi BASE STBPING PAINT APPUED 15 MILS WET FILM THICKNESS, 3. OWNERSHIP OF STENCIL SHALL BE TRANSFERRED TO THE QTY AT THE END OF THE JOB. Fmrr COLOR: WHITE STENCIL BY: PIPEUNE PRODUCTS SAN MARCOS, CA. PH: 1-^00-998-1079 00 00 CM CO V O) CO 0. o z lU h-(0 LU _l STENCIL TYPE "B" FOR USE WITH SMALL BOX INLETS OR ON 6" CURB Q S DH O H CO I lU >< o z UJ Q. Q. < 6" r 2^ NO DUMPING DRAINS TO OCEAN oo o CO CO o 2 c o O 24' •o •> a: 12" NOTES: 1. STENQL SHALL BE STAINLESS STEEL ASm B127 MONa OR EQUAL 2. WHITE PAINT SHALL BE NON-WATER BASE STRIPING PAINT APPUED 15 MILS WET RLM THICKNESS. 3. OWNERSHP OF S7ENOL SHALL BE TRANSFERRED TO THE QTY AT THE END OF THE JOB. PAINT COLOR: WHITE STENCiL BY: PIPEUNE PRODUCTS SAN MARCOS, CA. PH: 1-800-998-1079 00 00 CO 00 0) CJ) CO 0. STENCIL TYPE "A" FOR USE ON STANDARD SIZE BOX i_ NO DUMPING oo o CO CO o 2 c o o DRAINS TO OCEAN 24" •o <I> CO •> a: 5 0. _l O I- Z O O o LL I- Q DC < a z < I- (0 >< Q Z liJ Q. Q. < I 111 1 ii__i ij V T; • nr/Qit MMT Cf/»SMa WITH latvatsiBut coitma. "" f..... fm ' DETAIL gaKKH-gFUMa ^ MMTMuaW name ONMKUKMa r ruMOt Y tuc ma *H fUMM Mm M (CONCRCTE TYPE 50) rmcAL stPKMX cutform TRAFnC CONTROl. W(ynp; tMiViiamMa » «i aawwiiMBaaa* iwRancw isatiiSHiJirjWilBt. iHwa S:Mni(».<M:TiNBi MMf IMXS n ibMM M«t ir iium irat4 Mr SIGNAGE NOTRS L tt mstm MOM Mw « «aM9 ^ oeKBW 4ti «Nr iMaMttx jr •» m zj«jfftjumKm& wf It lU . nri *O IB0f SWT. .tn'jM.<0mMnt ^^<MK MMed SMKt «t nwHB mar wr « eoiao 9i«t VMM wnr MMKoann/UK * If s s »: iH II a* «•>' <^ W20-2 <^ W20-5CR7) ^ W20-5(LT) <^ W20-1 <^ mo-A <^ W21-5 ^ W3-4 msKms tmaaaut enomt warn mus, n «i cgM0M« air inr m murr m A«r«K» 4 «B«M.|»jnnw Mitt ir JMuLWtr Bcwwaaii * stem n 4|> W*-2(RT) <S> W-4{LT) <3> W1-4(RT) <S> WI-3{LT) IS SS 020-2 R9-9 R9-T10 R9-10 <^ C9A(CA) ^ C30(CA) <^ C30A(CA) iMWII OVUMGCII IttV t. M » nm im-mmn *r KW B«* Mr «ir tor rwirar CO oo CO o> CO 0. 00 o CO CO o CO c o o o o T— 00 •o o w •> APPENDIX G CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS GENERAL NOTES: 1. The contractor is responsible for installation/replacement of all signing and striping. 2. All signing, striping and pavement markings shall conform to the California Manual on Uniform Traffic Control Devices (latest version), the Caltrans Standard Plans and Specifications (latest version), these plans and the Special Provisions. 3. All signing and striping is subject to the approval of the Transportation Director or his representative, prior to installation. 4. Any deviation from these signing and striping plans shall be approved by the Transportation Director or his representative prior to any change in the field. 5. Ail striping shall be reflective per Caltrans specifications. Striping shall be repainted two weeks after initial painting. 6. All signage shall be reflective per ASTM Designation D4956 and shall use Type IV prismatic reflective sheeting (High Intensity Prismatic or equal) unless otherwise specified. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" and street name signs shall use Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 7. Prior to final acceptance of street improvements, all street striping and markings within a 500' perimeter of the construction project will be restored to a "like new" condition, in a manner meeting the approval of the City Inspector. ^ j 8. Exact location of striping and stop limit lines shall be approved by the Transportation Director or his representative prior to installation. 9. Contractor shall remove all conflicting painted lines, markings and pavement legends by grinding. Debris shall be promptly removed by the contractor. 10. All pavement legends shall be the latest version of the Caltrans stencils. 11. Limit lines and crosswalks shall be field located. Crosswalks shall have 10' inside dimension unless otherwise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends shall be thermoplastic unless otherwise specified. Preformed thermoplastic arrows and legends shall not be acceptable. 13. All signs shall be standard size as shown in the California MUTCD unless otherwise specified. 14. Sign posts shall be square perforated steel tubing with breakaway base per San Diego Regional Standard Drawing M-45. 15. When a sign is attached to a pole. It shall be mounted using a standard City of Carlsbad approved mounting bracket with straps. 16. Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public Works Yard at 405 Oak Avenue. 17. All signs shown on these plans shall be new signs provided and installed by the contractor except those signs specifically shown as existing to be relocated or to remain. /\ Revised 8/10/10 Contract No. 6608 Page 185 of 188 18. Fire hydrant pavement markers shall conform to the California MUTCD and San Diego Regional Standard Drawing M-19. 19. Lettering on ground-mounted street name signs on multi-lane streets with a speed limit greater than 40 mph shall be 8" upper case and 6" lower-case. Lettering on ground-mounted street name signs on streets with a speed limit of 25 mph or less shall be 4" upper case and 3" lower case. Lettering on all other ground-mounted street name signs shall be 6" upper-case and 4.5" lower-case. Lettering font shall be Clearview. Supplemental lettering such as suffixes, block numbers and directional arrows shall be at least 3" high. 20. Street name sign blanks shall be flat (non-extruded) and street name posts shall be a minimum 12-gage, I'/i" square tubing per San Diego Regional Standard Drawing M-45. 21. Where R6-1 "ONE WAY" signs are installed in a raised median, the bottom of the sign shall be 18" above the finished surface of the median. 22. Where 0M1-3 object markers are installed In a raised median, the bottom of the sign shall be 24" above the finished surface of the median. 23. Where R4-7 sign and 0M1-3 object marker are to be installed in a median less than 3 feet wide, the R4-7 sign shall be 18"x24" and the 0M1-3 object marker shall be 12"x12". 24. All median noses and flares shall be painted yellow. 25. Existing "STOP" and "STOP AHEAD" signs and pavement legends shall not be removed until traffic signals are operational or until directed by the Transportation Director or his representative. 26. New "SIGNAL AHEAD" signs and pavement legends shall not be installed until traffic signals are operational or until directed by the Transportation Director or his representative. ^¥ Revised 8/10/10 Contract No. 6608 Page 186 of 188 APPENDIX H CITY OF CARLSBAD MODIFICATIONS TO SAN DIEGO REGIONAL STANDARD DRAWINGS VOLUME 3 - STANDARD DRAWINGS & SPECIFICATIONS CHAPTER 2 - CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS Note: The minimum allowable concrete mix design for all concrete placed within Dublic riaht- CoZSn ^^^^^^ ^P^**^ ^« Sfandart/ SpeciT^^^Tpmumm PWg MODiFICATlON D-2 Enlarge curb fnlet top to wfctth of sidewalk (not to exceed 5"6") by length of inlet lficl«ding wings. Existing reinforcfng steel shall be extended across enlaraed top to clear distances shown. ^ ^ D-20 Delete. D-27 Add; A maximum of three (3) combined outlets In fleu of Std, D-25. D-40 Add: 'T" dimension shall be a minlnnum of three (3) times size of rip rap. D-70 Minimum bottom width shall be 6' to facilitate cleaning. D-71 Minimum bottom width shall be 6'to facilitate deanlfig. D-75 Delete "Type-A" Add: 6" X 6" x #10 x #10 welded wire mesh, Instead of stucco netting. E-1 Delete direct burial foundation. Add; The light standard shall be pre-stressed concrete round pole. E-2 Grounding per note 2. Attachment of the grounding wire to the anchor bolt shall be below the light standard base plate with an approved connection. G-3 Delete. G-5 Add. Note 4. Tack coat shall be applied between dike and existing asphalt concrete surface as specified in Secfion 302-5.4 SSPWC. H i uunwcic G-6 Type B-1 not used. When specified. Type B-2 shall have a curb height ofB". width of 6- with a 3:1 batter. When specifically approved by the City Engineer. Type 8-3 shall hav6 a curb height of 8". width of 6", a 3:1 batter with the hinge point eliminated. G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint-to-pint or approved combination. Vcrfume 3 - Chapter 2 1 of 2 ^¥ Revised 8/10/10 Contract No. 6608 Page 187 of 188 CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONALSTANDARD DRAWINGS (CONTINUED) DWG. MODIFICATION G-12 Add: smooth trowel ftow line (typical) 7-1/2" thick with a mininium of 6" of aggregate base per City of Carlsbad Standard GS-17. G-13 Add; smooth trowel flow line (typteal), 7-1/2" thick, with a miriimum 6" of aggregate base per City of Cartsbad Standard GS-17. G-14 Change: Residential Thickness = 5-1 /2" Commercial/Multi-Family Residential Thickness = 7-1/2" G-15 Delete requirement 3 G-24 Replaced vwth Carlsbad ^ndard Drawing GS-25 G-25 "Type-C" only (delete "Type D") G-26 Change thickness from 5-1/2" to 7-1/2" and add minimum 4" Glass II base under curb/gutter (to 6" past back of curt?). G-33 Delete G-34 Type-C only (delete 'Type D") G-35 "Type-F" only (delete 'Type E") M General; Agency shall be "City of Carlsbad" M-2 Add; To be used only vi/ith specific approval of the City Engineer. Volume 3 - Chapter 2 2 of 2 ^^¥ Revised 8/10/10 Contract No. 6608 Page 188 of 188