Loading...
HomeMy WebLinkAboutRMV Construction Inc; 2013-09-23; PWS13-38UTILRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAILTO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 IP DOCtt 2014-0441753 III I lllll llllllllllilllllllli^ OCT 10, 2014 2:27 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE Emest J. Dronenburg, Jr., COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's use, PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner ofthe interest or estate stated below in the property hereinafter descnbed. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address ofthe undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work or improvement on the property hereinafter described was completed on August 21, 2014. The name of the contractor for such work or improvement is RMV Construction, Inc. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Vancouver Street HDD Sewer Extension, Project No. 5515. The street address of said property is on Vancouver Street in the City of Carlsbad. CITY OF CARLSBAD J^^tif^h Engine^/^ VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of CarlsbacL 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on U(LhnIOJUL. "7 , 2QI^ , accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on at Carlsbad, California. CITY OF CARLSBAD 3ARA ENGLESOy" City Clerk Word\Masters\Forms\Notice of Completion (City) \, Date Routed: er -1( CITY OF CARLSBAD TRACT CHANGE ORDER TRANSMITTAL -C/O # 1 ncouver St. HDD Sewer Extension To: Department Head Construction Management & Inspection Administrative Services Director City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1: The existing sewer alignment from station 15+ 77 to Station 14+41 is offset from mark-out, and sheet 5 of the contract drawings. The contractor is required to perform additional exploratory excavation to relocate the manhole at station 9+ 71.52, backfill and resurface the original pothole. Item 2: Excavated material staged on Vancouver Street, to be used as pipeline � installation backfill, is a safety hazard and public inconvenience. The city ·requests the contractor haul the spoils offsite. Item 3: Undocumented groundwater is present in the sewer main excavation from Station 13+ 75 to Station 14+25. Additional time and materials are required to pump water from the sewer pipeline excavation. Item 4: Unanticipated saturated soil is present in the proposed sewer trench fromStation 13+ 75 to Station 14+25. The city requests the removal and disposal of saturated· 5Q. / (i...• ·and import of suitable backfill. Item 5: Extra time is required to repair an unmarked 2" irrigation line in the parkinglot area of Hidden Canyon Park. Item 6: The city has requested the contractor furnish standard five foot diameter concrete manholes in lieu of PVC lined manholes described in Bid ItemNo. 8. Contractor provided a cost reimbursement for the substitution . . Item 7: The city requested dewatering of groundwater not indicated in the Contract Documents between Station 10+00 to Station 11 +59, and additional steel plates for shoring due to unstable trench conditions caused by thegroundwater. CITY OF CARLSBAD San Diego County Califomia CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR Vancouver Street HDD Sewer Extension CONTRACT NO. 5515 BID NO PWS13-38UTIL Revised 01/30/13 Contract No. 551 5 Page 1 of 157 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 8 Contractor's Proposal 12 Bid Security Form 18 Bidder's Bond to Accompany Proposal 19 Guide for Completing the "Designation Of Subcontractors" Form 21 Designation of Subcontractor and Amount of Subcontractor's Bid Items 23 Bidder's Statement of Technical Ability and Experience 24 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 25 Bidder's Statement Re Debarment 26 Bidder's Disclosure of Discipline Record 27 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 29 Contract Public Works 30 Labor and Materials Bond 36 Faithful Performance/Warranty Bond 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 40 Revised 01/30/13 Contract No, 5515 Page 2 of 157 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 43 1-2 Definitions 43 1-3 Abbreviations... 47 1 -4 Units of Measure 50 1- 5 Symbols 51 Section 2 Scope and Control of The Work 2- 1 Award and Execution of Contract 52 2-2 Assignment ..52 2-3 Subcontracts 52 2-4 Contract Bonds 53 2-5 Plans and Specifications 54 2-6 Work to be Done 58 2-7 Subsurface Data 58 2-8 Right-of-Way 58 2-9 Surveying 58 2-10 Authority of Board and Engineer 62 2- 11 Inspection 63 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 63 3-2 Changes Initiated by the Agency 63 3-3 Extra Work 65 3-4 Changed Conditions 67 3- 5 Disputed Wori< 69 Section 4 Control of Materials 4- 1 Materials and Wori<manship 71 4- 2 Materials Transportation, Handling and Storage 76 Section 5 Utilities 5- 1 Location 76 5-2 Protection 77 5-3 Removal... 77 5-4 Relocation 78 5-5 Delays 79 5- 6 Cooperation 79 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 79 6-2 Prosecution of Work 84 6-3 Suspension of Work 85 6-4 Default by Contractor 85 6-5 Termination of Contract 86 6-6 Delays and Extensions of Time 86 6-7 Time of Completion 87 6-8 Completion, Acceptance, and Warranty 88 6-9 Liquidated Damages 88 6-10 Use of Improvement During Construction 88 Revised 01/30/13 Contract No. 5515 Page 3 of 157 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities... 89 7-2 Labor 89 7-3 Liability Insurance 89 7-4 Workers' Compensation Insurance 89 7-5 Permits 90 7-6 The Contractor's Representative 90 7-7 Cooperation and Collateral Work 90 7-8 Project Site Maintenance 91 7-9 Protection and Restoration of Existing Improvements 93 7-10 Public Convenience and Safety 93 7-11 Patent Fees or Royalties 101 7-12 Advertising 101 7-13 Laws to be Observed 101 7-14 Antitrust Claims 101 Section 8 Section 9 9-1 9-2 9-3 9-4 Facilities for Agency Personnel (NOT USED) Measurement and Payment Measurement of Quantities for Unit Price Work 101 Lump Sum Work 102 Payment 102 Bid Items 106 Revised 01/30/13 Contract No. 5515 Page 4 of 157 Pages SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products 108 200- 2 Untreated Base Materials 109 Section 201 Concrete, Mortar and Related Materials 201- 1 Portland Cement Concrete 110 201 -3 Expansion Joint Filler and Joint Sealants.. Ill Section 203 Bituminous Materials 203-6 Asphalt Concrete 113 203- 11 Asphalt Rubber Hot Mix (ARHM) Wet Process 114 Section 204 Lumber and Treatment with Preservatives 204- 1 Lumber and Plywood 114 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 114 206-8 Light Gage Steel Tubing and Connectors ..115 206- 9 Portable Changeable Message Sign 116 Section 207 Pipe 207- 25 Underground Utility Marking Tape 117 Section 209 Signals, Lighting and Electrical Systems Section 210 Paint and Protective Coatings 210-1 Paint 118 Section 212 Landscape and Irrigation Materials 212-1 Landscape Materials 118 212-2 Irrigation System Materials 123 212- 3 Electrical Materials 125 Section 213 Engineering Fabrics 213- 2 Geotextiles 126 213- 3 Erosion Control Specialties 126 Section 214 Pavement Markers 214- 5 Reflective Pavement Markers 127 Section 215 Fencing 215- 1 Environmental Fencing 128 Revised 01/30/13 Contract No. 5515 Page 5 of 157 Pages PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 129 300-2 Unclassified Excavation ,. 129 300-3 Structure Excavation and Backfill 131 300-4 Unclassified Fill 131 300-5 Borrow Excavation 132 300-9 Geotextiles for Erosion Control and Water Pollution Control 132 300-11 Stonework for Erosion Control 133 300-12 Rock Slope Protection Fabric 133 300- 13 Storm Water Pollution Prevention Plan 134 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301- 1 Subgrade Preparation 137 Section 302 Roadway Surfacing 302- 1 Oiled Roadways and Shoulders 138 302-5 Asphalt Concrete Pavement 139 302- 11 Asphalt Pavement Repairs and Remediation 140 Section 303 Concrete and Masonry Construction. 303- 5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 141 303-6 Stamped Concrete 142 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 142 Section 308 Landscape and Irrigation Installation 308-2 Earthwork and Topsoil Placement 145 308-4 Planting 147 308-5 Irrigation System Installation 149 308-6 Maintenance and Plant Establishment 151 308-7 Guarantee 151 Section 310 Painting 310-5 Painting Various Surfaces 152 310-7 Permanent Signing 153 Section 312 Pavement Marker Placement and Removal 312- 1 Placement 154 Section 313 Temporary Traffic Control Devices 313- 1 Temporary Traffic Pavement Markers 154 313-2 Temporary Traffic Signing 155 313-3 Temporary Railing (Type K) and Crash Cushions 155 313-4 Measurement and Payment 157 Revised 01/30/13 Contract No. 5515 Page 6 of 157 Pages TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01010 Summary of Work 01039 Coordination and Meetings 01060 Safety and Health 01505 Mobilization 01530 Protection of the Work, Property and Existing Facilities 01700 Restoration of Improvements 01710 Cleaning DIVISION 02 - SITE WORK 02050 Demolition and Removal 02200 Earthwork 02223 Trenching, Backfill, and Compaction 02510 Asphaltic Concrete Pavement DIVISION 03 - CONCRETE 03315 Grout 03460 Precast Concrete Manholes 03475 PVC Lining for Interior Concrete Surface of Manholes DIVISION 15 - MECHANICAL 15045. Testing of Gravity Sewer Pipelines 15063 PVC Gravity Sewer Pipe 15075 Horizontal Directional Drilling 15150 High Density Polyethylene Pipe APPENDICIES APPENDIX A APPENDIX B APPENDIX C APPENDIX D APPENDIX E APPENDIX F APPENDIX G APPENDIX H Geotechnical Reports Environmental, CEQA Mitigation Measures As Builts Drawings: Existing Pump Station Door Hanger Sample, Construction Notification Sample Project Sign SWPPP Supporting Information Applicable Standard Drawings EWA, Groundwater Discharge Permit Sample Application Revised 01/30/13 Contract No. 5515 Page 7 of 157 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON MAY 14, 2013, the City shall accept sealed bids, cleariy marked as such, at the Faraday Center, 1635 Faraday Avenue, Carisbad, 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: installation of approximately 598 linear feet of 8-inch SDR 35 PVC pipe, approximately 875 linear feet of 10-inch DR9 HDPE or 8-inch DR14 FPVC pipe using horizontal directional drilling techniques, 6 new manholes and the demolition of the Vancouver Lift Station. VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 BID NO PWS13-38UTIL 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 Carisbad 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 Carisbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carisbad 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 Carisbad on file with the Engineering Department. The specifications for the work include City of Carisbad 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 Carisbad encourages the participation of minority and women-owned businesses. The City of Carisbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. •f^ Revised 01/30/13 Contract No. 5515 Page 8 of 157 Pages BID DOCUMENTS The bid documents comprise the following documents which must be completed and properiy executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 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 $716,400.00. 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 properiy 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: A - General Engineering. STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE Contractor or his designated subcontractor shall demonstrate, providing proof of their experience and technical ability for construction in the disciplines of construction required to complete this project. The statement and listing of information shall include but not be limited to the successful construction of a minimum of the following and included with the Bidders Statement of Technical Ability and Experience: 1) Three (3) projects in the last five (5) years involving excavation and shoring with depth equal or greater than 25-ft. 2) Three (3) project in the last three(3) years of pipeline construction by methods of horizontal directional drilling of similar pipe size, drilling distance, precision and complexity as required on the plans for this project. In addition to the Contractor or designated subcontractor experience and technical ability, the resume of the Contactor's proposed project superintendent shall be provided which will demonstrate and document his/her qualifications and experience. Failure to provide the minimum experience and A Revised 01/30/13 Contract No. 5515 Page 9 of 157 Pages technical ability requirements may result in the bid being determined as non-responsive and or non- responsible. ' W ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carisbad, California 92008-7314, for a non-refundable fee of $40.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, 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 Carisbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. THE PAYMENT OF PREVAILING WAGES IS NOT REQUIRED The City of Carisbad is a Charter City. Carisbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Council has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. PRE BID MEETING A pre-bid meeting and tour ofthe project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis 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 w , bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Revised 01/30/13 Contract No. 5515 Page 10 of 157 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) 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 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-:Vll 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security ofthe lowest bidder may be fori'eited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carisbad Business License for the duration of the contract. Approved by the City Council of the City of Carisbad, California, by Resolution No. 2013-069 adopted on the 26*'^ day of March, 2013. April 1, 2012 Date )eputy City Clerk Revised 01/30/13 Contract No. 551 5 Page 11 of 157 Pages CITY OF CARLSBAD VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 CONTRACTOR'S PROPOSAL OPEMED, WITNESSED ANID City Council City of Carisbad f 1200 Carlsbad Village Drive I z^ -^^/p ^-/Cyyy y^x ^/ carisbad, Caltfomla 92008 i rf^rf^ ^^^^(^1^- t The undersigned declares he/she has carefully examined the location of the wori<, 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. 5515 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 1 VANCOUVER STREET HDD SEWER EXTENSION Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 1 Mobilization (including bonds, 1 LS $_j2COo_ $ '3<> 0^<^' K insurance and pemnits) at (Price in Words) 2 Clearing and Grubbing and 1 LS $_1^^C6£_ $ . OCc^ Replacejpent at . i\ (Price in Words) AC Saw Cut, Removal, 1,050 SF $ IO. ^OO Replacement at 3iacepnent at (Unit Price in Words) )vide/Fuse/Test 10 IPE Pipe at i v* Provide/Fuse/Test 10-inDR9 845 LF $ \\ $ ^ 2^^ HDPE Pipe at * vi ^ C (Price in Words) Revised 01/30/13 Contract No. S515 Page 12 of 157 Pages Approximate Item Quantity Unit Price Total Amount No^ Description And Unit (Figures) (Figures) 5 HDPE Fittings, Specials, 1 LS $ 9-7 OCXS $ d-1 O^^' Anchors at dimtiS ^ (Price in Words) ^ 6 Horizontal Directional Drilling 875 LF $.±411^^^ (Unit Price in Words) at (Unit Price in Words) 7 8-in PVC Sewer Pipe Supply 598 LF $ "]c? $ A^<^ H H ^ ^ and Open Trench Installation at (Unit Price in Words) 8 Furnish and Install 5-ft 6 EA $ ^ C6C> $ S^f C<3<0 5c Diameter Manholes at ^% \ ' 9 TrafficCo^ol at . 1 LS $ I SoOO $( 5^^ (Unit Price in Words) 10 Surveying at 1 LS $_2^.^££. (Unit Price in Words) 11 Testing and CCTV Inspection 1 LS $\5. (^OO $ | V ^ (Unit Price in Words) 12 Demolish Vancouver Lift 1 LS $ t4S.660 $ 00^ <^ Stafen at (Unitvrice in Words) Revised 01/30/13 Contract No. 5515 Page 13 of 157 Pages Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 13 Demobilization, Clean-up and 1 LS $ -1P^CC>=^^ $ OC)Cv Disposal y 14 (Unit Price in Words) SWPPP Preparation and 1 LS $ 30^^ $__22^ Implementation at (Unit Price in Words) Total amount of bid in words for Schedule 1: S .iv VLH^fif-^^ C>.\ VlAOt\5(.\A (3 Total amount of bid in numbers for Schedule 1: $_ Item No. 6, Horizontal Directional Drilling is designated as a "specialty item" as defined in section 2- 3.2 of the General Provisions. 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 ofthe Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of 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 Califomia. validly licensed under license number ^^3^7 . classification A which expires on 16/30/1^ , and that this statement is true and connect and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be Invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally C 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 Revised 01/30/13 Contract No. 5515 Page 14 of 157 Pages Page I oi 2 ^^^^^^ DEPARTMENTOF CONSUMER AFFAIRS Contractors State License Board Contractor's License Detail - License # 892389 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this Information, you should be aware ofthe following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. ^^^^ Ucense Number Business Information Entity Issue Date Reissue Date Expire Date License Status Extract Date 6/6/2013 892389 RMV CONSTRUCTION INC Business Phone Number: (619) 517-5837 4079 HUERFANO AVE #118 SANOIEGO, CA92117 Corporation 03/09/2007 10/31/2008 10/31/2014 ACTIVE This license is current and active. All information below should be reviewed. Classifications Bonding A B C21 C15 GENERAL ENGINEERING CONTRACTOR GENERAL BUILDING CONTRACTOR BUILDING IVIOVING. DEMOLITiON FLOORING AND FLOOR COVERING CONTRACTOR'S BOND This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SCI049133 Bond Amount: $12,500 Effective Date: 03/02/2009 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=892... 6/6/2013 rage z or z Workers' Compensation 1. The Responsible Managing Officer (RMO) VASIL ROBERT MICHAEL certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 02/08/2010 BQI's Bond History WORKERS' COIVIPENSATION This license has workers compensation insurance with PRAETORIAN INSURANCE COMPANY Policy Number: AQW004429 Effective Date: 08/10/2012 Expire Date: 08/10/2013 Workers' Compensation History Persoftne! Ljst Conditions of Use I Privacv Poiicv Copyright © 2010 State of California https://v\A\w2.cslb.ca.gov/OnlirieServices/CheckLicenseII/LicenseDetail.aspx?LicNum= 6/6/2013 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 (o % {Cash, Certified Check(Bon^) 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. (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 01/30/13 Contract No. 5515 Page 15 of 157 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (£^.5 1 ( (2) cAJ^ (Signature) (Title) Impress Corporate Seal here A (3) Incorporated under the laws of the State of ( £^fl fou',^/' (4) Place of Business -•' i > )!n. \ ,\ I J I (Street and Number) City and State CJU hk.J -:'fK 4^^^ (5) Zip Code (^p-Oj O Telephone No. [j(^f-\f?- S^l?_7 (6) E-Mail MiipjLJC-'iMfrJ^ ^-c...! •3 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 01/30/13 Contract No. 5515 Page 16 of 157 Pages ^^^^^^ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1180 i I State of California County of ^1?^^^ J^Zj^^ } On •JVM.^ ^ i.iPJ'^ before me, L(A4/V-^McTl-^gTTiSVz^ N,OTprf<i>f ?ui>c^cC^ Dale Here Insert Name and Title ol Ihe Ollicer personally appeared 1^ \/^^'_^ Name(s) of Signer{s) LUANNE POTTER Commission # 1908097 Notary Public - Califomia San Diego County m^j! 9°"!!!!Ll^"'^^-'^ Oct 24. 2014 who proved to me on the basis of satisfactory evidence to be the personj^ whose name(^ is/ai« subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hei#»eiF authorized capacityCies)", and that by his/h©F/th©ir signature(8)' on the instrument the person(3), or the entity upon behalf of which the person(^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand-and official seal. Place Notary Seal Above Signature: OPTIONAL — Signature of Norary Public 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: \hit:>Ott^Cx L>£>e^M.er\/TS Document Date: 6> - ST - ^-ci \ ^ Number of Pages: / Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: 11 Corporate Officer — Title{s): (1 Individual f 1 Partner — [1 Limited 11 General f ] Attorney in Fact r i Trustee f J Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: I j Corporate Officer — Title(s): [ ] Individual n Partner — 1 ] Limited D General n Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here 12010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1^0-876-6827) Item #5907 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Revised 01/30/13 Contract No. 5515 Page 17 of 157 Pages BID SECURITY FORM (Check to Accompany Bid) VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 (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 ($_ J. this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless othenA/ise required by law, and notwithstanding the award of the contract to another bidder. ^IDDER "Delete the ina^ili€a6le"woFcl. (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 01/30/13 Contract No. 5515 Page 18 of 157 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 KNOW ALL PERSONS BY THESE PRESENTS: That we. RMV Construction. Inc. , as Principal, and Philadelphia Indemnity Insurance Company as Surety are held and firmly bound unto the Qty of Carlsbad. Califomia, in an amount as «>«ows: for which administrators. (must be at least ten percent (10%) of the bid amount) Ten Percent of Amount Bid payment well and truly made, we bind ourselves, our hei'rs. execirtore and successors or assigns, jointly and severally, flmily by these presenfe. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Prinoipal fon VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 6515 in the City of Cartsbad, 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 awaid of Contract by the City Council of the City of Carlsbad, being duly notified of saw award then this obligation shall become nUll and void; othenvlse. it shall be aiKi remain In full force and effect and the amount specified herein shall be forfeited to the said City. Revised 01/30/13 CoritraGi: No. S915 Page 19 of 157 Pages In the event Principal executed this bond as an individual. It Is agreed that the death of Principal shall not exonerate the Surety ftom its obligations under this bond. B»Guted by PRINCIPAL this, PRINCIPAL: RMV Construction, Inc day of /^K^. ^20J2. (name of Prindpal) By: (print naiKe here) (T itle and Organization of Signatory) By: (sign here) (print name here) Executed by SURETY this of May „.20_11 SURETY: (title and organization of signatory) day Philadelphia Indemnity Insurance Comoanv (name cf Surety) 251 South Lake Ave.,- Suite 360 Pa.sadenaCA 91101 (address of Surety) (619) 665-9076 (telephone number of Surety) By: _ (signature of Attorney-in-Fact) Chris Lydick (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 attached.) (President or vice-president and secretary or assistant secretaiy 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: GELIA A. BREWER City Attomey By: A5si$I^nt City Attomey \ Revised 01/30/13 Contact No. 5515 Page 20 of 157 Pages CALIFORNfA ALL-PURPOSE ACKNOWLEDGEMENT ••••••••••••••••••••••••• state of North Carolina County of Durham On May 2,2013 personally appeared _ before me, Heather L Kennedy Chris Lydick Name arx) or Names of SIgnerCs) 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 tome that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness Signature nd and official seal ission Expires May 13,2015 TfVNAL Plate Notary Public S«?a( Above Though the infonnation below is not mquired 6y law, it may prove valuable to the 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 Signer's Name: • Individual • Corporate Officer -- Title(s): • Partner - • Limited • General • Guardian or Conservator 13 Attorney-in-Fact • Trustee • Other: Signer Is representing RfGHTTHUMBPRlNF OF SIGNER TopolltKimb Number of Pages: • individual • Corporate Officer - Title(s):^ • Partner - • Limited • General • Guardian or Conservator • Attorney-in-Fact • Trustee • Other: Signer is representing RIGHTTHUMBPRINT OF SIGNER Top <rf thumb 42 PHILADELPHIA INDEMNITY INSURANCE COMPANY 231 St. Asaph's Rd., Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHL\ INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint: Phoebe C. Honeycutt, Bobbi D. Pendleton, Neil B. Biller, Kitara A. Smith, Heather Burroughs, Kenneth J. Peeples, and Chris Lydick of BB&T Insurance Services, Inc. of the City of Durham, State of North Carolina its true and lawful Attomey(s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $7,500,000: This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNFIT INSURANCE COMPANY at a meeting duly called the 1^ day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 15™ DAY OF NOVEMBER 2012. (Seal) if* <• President Sean S. Sweeney, President Philadelphia Indemnity Insurance Company On this 15* day of November 2012, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer ofthe PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. NOTARIAlSEAt OANiaLE PORATH, Ni^PiMc LowBr MationTwp., l*in<8c«»7Cow!h lity(>inwti88toB^Maroft22.201j Notary Public: (Notary Seal) residing at: My commission expires: Bala Cynvwd. PA March 22.2016 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto are true and correct and are still in full force and effect. I do further certify that Sean S. Sweeney, who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of Craig P. Keller, Executive Vice President, Chief Financial Officer & Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY 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 ofthe General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or othenft/ise 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 peribrmed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in 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 tiie 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 tiie 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 tine proper form. If the Subcontractor does not have a valid business license, enter "NONE" in tiie 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 fonn. The explanation sheet shall cleariy apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) ofthe 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 ofthe City Council shall be final. Revised 01/30/13 Contract No. 5515 Page 21 of 157 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 01/30/13 Contract No. 5515 Page 22 of 157 Pages DESIGNATION OF SUBCONTRACTOR AND J • yj^/i ^ V AMOUNT OF SUBCONTRACTOR'S BID ITEMS - c^u.,^. (To Accompany Proposal) VAMCOUVER STREET HDD SEWER EXTENSIGH CONTRACT NO. 5515 The Bidder certffies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Wofk and t^iat the listed subcontractors will be used to perform the portions of the Worift as designated in this list in accordance with applicable provisions of the spectncations and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certiRes 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 tie 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 tiie subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID iTE MS Siui^c^iitrdcit^ 76 ce^O J ^ ' ' J A • 1 ^ege \ of J[ pages of this Subcontractor Designatidn form Pursuant to section 4104 (aX-SKA) CaRfornia Puolic Contract Code, recent of tli© rtfcMtnation precedecf fc^ an asterisk may be submitted by the Bidder up ro 24 hours after Kie deadline for sttomi^ng bids contained In the "Notice Inviting BWs." Revised 01/30/13 Contract No. 5515 Page 23 of 157 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 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. See the Notice Inviting Bids minimum requirements stipulated under "Statement of Technical Ability and Experience" and submit with the bid as part of the bid documents. An attachment can be used. Date Contract Completed Name and Address ofthe Employer Name and Phone No. of Person to Contract Type of Work Amount of y I . f V \ / X / y 1 X \ y / \ ^ \ V Revised 01/30/13 Contract No. 5515 Page 24 of 157 Pages RMVCONSTRUCTION 4079 Huefana Ave #118 San Diego, CA 92117 P. 619-517-5837 E. mikevasil@gmail.com Lie #: 892389 A,B,C21,C15 EXPERIENCE LIST & REFERENCES Project & Year Small Valve Replacement 2013 Water and Sewer Group 907 2012 El Cajon Concrete Replacement 2012 W Aivarado St Sidewalk 2013 Guardrail Replacement 2012 Concrete Replacement 2011 Manhole Replacement 2011 Southwest College Gate Valves 2011 Xana Way Drainage 2011 ^^l^llHI'llll 1 Owner Contact Value ] Scope 1 Helix Water District 1 7811 University Ave 1 La Mesa CA Greg Jones 619-667-6246 $500,000 Utilities 1 City of San Dlego 11200 Third Ave 1 Suite 200 San Dlego Octavio Chiquette 619-980-1742 $500,000 Utilities 1 City of El Cajon 1 200 Civic Center 1 Way El Cajon CA Michael Dudas 619-441-1662 $300,000 Concrete and utilites 1 County of San 1 Diego 1 5500 Overiand Ave 1 Suite 320 San Diego IcA Adolfo Cacha 619-306-8165 $100,000 Concrete and Utilites 1 County of San 1 Diego 1 5500 Overiand Ave 1 Suite 320 San Diego 1 CA Adolfo Cacha 619-306-8165 $300,000 Drainage, AC, PCC, Guardrail 1 County of San 1 Diego 1 5500 Overland Ave 1 Suite 320 San Diego CA Keith Murdock 619-301-1466 $600,000 PCC, AC, Drainage 1 City of El Cajon 1 200 Civic Center 1 Way El Cajon CA Michael Dudas 619-441-1662 $100,000 Sewer 1 City of Chula Vista 2746 Fourth Ave Chula Vista CA Florence Picardal P#619-691-5234 $80,000 Utilities 1 5 Residential Owners 6713-6721 Xana Way Carisbad CA Bill Irvine P#858-357-7790 $300,000 Drainage, Sump Pits BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insiyance showing conformance with the requirements herein for each of: 0 Comprehensive General Liability \utomobile Liability • Workers Compensation • Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 01/30/13 Contract No. 5515 Page 25 of 157 Pages OP ID: IWC ^^^'^ CERTIFICATE OF UABILITY INSURANCE OATS iMwooiry wv) \- iiiii CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION OWLY AND CONFERS NO RIGHTS UP0« TOE CERTIFICATE HOIOER. THIS Ce«TIFICATH DOES WOT AFFIRMATlVEtY 01* WeGAUVEty AMEND, eXTENO OR ALTER THE COVERAGE AFFORDED BY TOE POUCIES 3B:0W. T«^S CERTIFICATE OF INSURANCE DOES HOT CONSDTUTE A CONTRACT &£YW£EN THE ISSIANG INSURERS), AUTOORIZED REPRfcSBirrATIVE OR PRODUCER, A*IO TOE CERTIFICATE HOtOEft IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policytles) must be endorsed. If SUBROGATION IS WAIVED^ subject to the terms anill conditions of ttw policy, certain policies may require m endorsemenL A statemant cn this certificate do«s not confer H$|tits to Ihe ' certificate holder tn lieu of such endorsementts). ii»(Stgouc6« Phone; 888^15-7639 (Huntertnsurancs Services, Inc . c<a^fiiit.4«n« iAo&rtcy Llc# OD945d4 619^6J>-182B [lS90 Coro|eMCt StelOl £i Cajon, CA92D20 jMarH D, Hunter. COelTACT' ii»(Stgouc6« Phone; 888^15-7639 (Huntertnsurancs Services, Inc . c<a^fiiit.4«n« iAo&rtcy Llc# OD945d4 619^6J>-182B [lS90 Coro|eMCt StelOl £i Cajon, CA92D20 jMarH D, Hunter. • Priowe • FAX " " aiqjsteufiitli 1 (Arc. hu* ii»(Stgouc6« Phone; 888^15-7639 (Huntertnsurancs Services, Inc . c<a^fiiit.4«n« iAo&rtcy Llc# OD945d4 619^6J>-182B [lS90 Coro|eMCt StelOl £i Cajon, CA92D20 jMarH D, Hunter. AOOHESS:- ii»(Stgouc6« Phone; 888^15-7639 (Huntertnsurancs Services, Inc . c<a^fiiit.4«n« iAo&rtcy Llc# OD945d4 619^6J>-182B [lS90 Coro|eMCt StelOl £i Cajon, CA92D20 jMarH D, Hunter. NAICf ii»(Stgouc6« Phone; 888^15-7639 (Huntertnsurancs Services, Inc . c<a^fiiit.4«n« iAo&rtcy Llc# OD945d4 619^6J>-182B [lS90 Coro|eMCt StelOl £i Cajon, CA92D20 jMarH D, Hunter. iNsuRBi A t international ins. Co. 86486 iiMsuRGD RMV Construction 1 Mlh^Vasil 3562 Summit Trail Ct. carisbad. CA 92010 1 MsuRER 8: Navigators Specialty Ins, Co. 3SQS6 j iiMsuRGD RMV Construction 1 Mlh^Vasil 3562 Summit Trail Ct. carisbad. CA 92010 1 1 iiMsuRGD RMV Construction 1 Mlh^Vasil 3562 Summit Trail Ct. carisbad. CA 92010 1 NSURBtQ: iiMsuRGD RMV Construction 1 Mlh^Vasil 3562 Summit Trail Ct. carisbad. CA 92010 1 COVElftAeES CERTlfiCAte NUMBER: REVISION NUMBER: r^'MJS'iS TO CEftTIFY THAT THE POLICIES OF JNSUIWNCE LlSTEO BELOW HAV^ BEEN ISSUCD TO TME INSURED NAMED ABOVE FOR THE POLICY PERIOD" ' (t'tOlCATEP. NOTWriHSTANOING ANY REQUIREiWENT, TERM OR CONDmON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TMI$ I Ce»TJFlCATe IMAY 6E ISSUED OR MAY PERTAJH. THE WSURANGE AFFOHDSD »Y TH€ POUCIES DESCRIBED HEREII* IS SUBJECT TO ALL" THE TERMS, fXClUSIONS AND CONOmONS OF SUCH POLICIES, LIMITS SHOVW MAY HAVe BEE^^ m T(rreofiNeuRANCB. POUCY riUMlBgR LtMrrs ieOi1QQO&$;»ai 1 05731^2013 [05/31/2014 j Mgt? tyiP (Af>y on» P^'^"! PSftgQMAt, 1^ ApV INJURY IJ^EWl'Ai^&WX-si^^ LIMIT AF1>U65Pe:ft: ixi*^a>!^£.j..5^ r 1^*^^ {A(i;»MOBiL«.UAeiLrrY ; • Atf< AUTO ! {HiRtt'OW^OS 1,000,000 50,000 Sj^ood 1,000.000 2,000,000 2.000,000 V' bC'DiLV 1WJURV (?6'0f.fSUn) 1 $CH=Oyi.£0. AUTOS• j j 'i HKCES^LlAe OCCUR a.AlMS.fnAOE AGGREGATE WORKERS COUHNSATION .} | •ANO SMPLOV-ERS* UAftUTT • ' v / W T ! iJyas. rips?ni>«Hnd4r . ) ... i. WC STATU OTri. r<;>ftY.Liwirsl l.gf? £L. £ACl4 ACCIDENT EL. DISEASE - PQUCV-UMIT B- Equipment, Floater FT OiUMOoesso soo,ooc !}e$CfUPTION OF OPBtATlONS / LOCATIONS /VEHCLES (Atttth ACORD lOY. Ad<M)D>feri RenwriiB Schnkjlc, irmon qMS» israqulratf} The^.City o£ Caxlsbad, its officials, employees and volxmteers are ijamed. ^cLL.ticsi^ 'Insured, pec attached endorsement. • CeRtinCATEiHOLOER CA^tCELLATION CITY OF The Clly of Cansbad ' Erigineerlrig Department , . . sgflO El Camino Real Carlsbad, CA 92008 ; ^ . • . • 1 ;.' " • •• • • . • - ^- SHO.ULO ANY OP IHE ABOVE OESCRtBED POLtCtES BE CANCEt4^ BEFORE tME EXPHW-nON DATE Tlt£REW. NOTICE WILL BE DELIVERED IN ACCORDANC€ WITH THE POLICY PROViaONS. CITY OF The Clly of Cansbad ' Erigineerlrig Department , . . sgflO El Camino Real Carlsbad, CA 92008 ; ^ . • . • 1 ;.' " • •• • • . • - ^-. @ 1988^010 ACORD CORPORATION. AH rights red«rvod; : ACORD 25 (2010/05) The ACORD narhe arid logo are registdri^t) mari<& of ACOl^D' Policy Number: 16011000858-01 ElTective Date: 05/31/13 TMGL17G10/11 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS - (PRIMARY APARTMENT INCLUSION) This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABIUTY COVERAGE PART SCHEDULE: r Nameof Additional insured Per&oo(s) Or Or^iz^on(s). A$ required by writtien contract Nocoverjige is proMtkuJ underthisendorsetnentfor singleiaiidmuttiraiTiily dwelling unlt6;,exceptfor ffiwlments. . Looatlon and Description of Completed Operations: j Anyopet^OftS^srequiredunderwrftlehtiorktract | Information required to complete this Schedule, If not shown atjove, will be shown in the Declarations. Section il - Who 1$ An Insured is amended to include as an additional insured the peirson(s) or organization(s) shown in the Schedule, but only with respect to liability for "b<?dily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and including in the '^products-completed operations hazard,". If bquired by written contract or agreement, such Insurance as is afforded by this policy shall be primary insurance, and any insurance or self insurance maintained by the above additional insured(s) shall be excess of the insurance afforded to the Named Insured and shall not contribute to it. All OTHER TERMS CONDITIONS AND EXCLUSIONS REMAIN UNCHANGED. TMGL 176 10/11 TMGL 172 10/11 Policy Number: 16011000858-01 EffecUve Date: 05/31/13 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU (PRIMARY & NONCONTRIBUTORY) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL UABILITY COVERAGE PART A. Section 11 - Who is An Insured is amended to include as an insured any person or organization for whom you are performing operations when you and such person or onganization have agreed in writing in d contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insui«d only with respect to liabillly 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. A pi&rson*s or organization's status as an insured under tiiis endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance aftorded these additional insureds, the following additional exclusion apply; This insurance does not apply to: 1, "bodily injury", "property damage", "personal and advertising injury" arising out of the rendenng of. or the failure to render, any professional architectural, engineering or surveying services, including: ia. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or jb. Supervisory, inspection, architectural or engineering activities. 2. rBodily injury", "property damage" occurring aften ia. All vk/ork, including materials, parts or equipment furnished in connection with such work, on the projecl(cther than service, maintenance or repairs) to be performed by or on behalf of the additional tnsured(i5) at the location of me covered operations has been completed; or i • • . ;b. That portion of "your work*' out of which the injury or damage arises has been put to Its intended use by any person or organization other than another contractor or subcontractor engaged in performing (derations for a principal as a part of the same project; or c. "Properly Damage" which manifests after expiration of the Policy. If required by written contract or agreement, such insurance as is afforded by this policy shall be C prirnary insurance, ^nd any insurance or self insurance maintained by the above additional insured(s) sh^li be excess of the insurance afforded to tfw Named insured and shall not contribute to it ALL OTHER TERMS, CONDITIONS AND EXCLUSIONS REMAIN UNCHANGED. Progressive P.O. Box 94739 Cleveland, OH 44101 1-800-895-2886 PROGRESSIVE Policy number: 02353611-0 Underwritten by: Progressive Express Ins Company September 10, 2013 Page 1 of 1 Certificate of Insurance Certificate Holder Additional Insured CITY OF CARLSBAD 1635 FARADAY AVE CARLSBAD, CA 92008 Insured 'RMVCONSTRUCTiONi'NC 3562 SUMMIT TRCT CARLSBAD, CA 92010 Agent 'PROGCOMMEFiCIAL'''' PO BOX 94739 CLEVELAND, OH 44101 This docunnent certifies tliat insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s) indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations, endorsements, and conditions of these policies. Policy Effeaive Date: Aug 13, 2013 Insurance coverage(s) Policy Expiration Date: Aug 13, 2014 Umlts .1,000,000 Combined Single Limit ; 1,000,000 Combined Single Limit Bodily Injury/Property Damage Any Auto Bodily Injury/Property Damage Description of Location/Vehicles/Special Items Scheduled autos only 1992 PTRB 377 1 XPcbB9x'6ND315042 Certificate number 25313A08611 Please be advised that additional insureds and loss payees will be notified in the event of a mid-term cancellation. Form 5241 (10/02) CERTIFICATE OF UABitlTY INSURANCE THIS CfcKIB-ICAirE B ISSUED AS A HATTER OF INFOMIATION ONLY AND.CONFCRS NO SIGHTS UPON THECeCnFlCAlE HOtDBR.TWS CERnXATE odes NOT AFFnmATIVmr OR NE0AT1Va.Y AMEND, lEltrEND OR ALTER THE OOVERAlGli AmRDED Bt THE POUOES BMIir, THIS CSCnRCATE OF WSWAMCg POBS NOT CONSnmm A CONHMCT BCnVEEN Tfie ISSUiHQ -K^SIIRERm. AUTHORBBI MBEBHn™»EOftp«Miii<»ANftTiiecegni^ , ; tlM iHm Hltf MMMMMH of UM pMi^( tiamki iMMMta iMy n^dn BI wicianvinw^ A ItllMnMK Oil tfils i I tioMar ift HM of Mdii < Pwooocw ptiOM. (•«»>501-2747 fwK COMMBCCIAL ariCUUm iNSURANCe SBCVI^ csis tNSURAneesavicES RO.BOX 4t8STH0ilSAMa OAKS CA 91389 •\ || ^^Mcyucitoofloast X^^K^^^f tf'fciUM^^hAA^^At ^I^BAAAte^bHAM laMuwHa^^^B 4BaHulv^KK Pwooocw ptiOM. (•«»>501-2747 fwK COMMBCCIAL ariCUUm iNSURANCe SBCVI^ csis tNSURAneesavicES RO.BOX 4t8STH0ilSAMa OAKS CA 91389 •\ || ^^Mcyucitoofloast Pwooocw ptiOM. (•«»>501-2747 fwK COMMBCCIAL ariCUUm iNSURANCe SBCVI^ csis tNSURAneesavicES RO.BOX 4t8STH0ilSAMa OAKS CA 91389 •\ || ^^Mcyucitoofloast Pwooocw ptiOM. (•«»>501-2747 fwK COMMBCCIAL ariCUUm iNSURANCe SBCVI^ csis tNSURAneesavicES RO.BOX 4t8STH0ilSAMa OAKS CA 91389 •\ || ^^Mcyucitoofloast Pwooocw ptiOM. (•«»>501-2747 fwK COMMBCCIAL ariCUUm iNSURANCe SBCVI^ csis tNSURAneesavicES RO.BOX 4t8STH0ilSAMa OAKS CA 91389 •\ || ^^Mcyucitoofloast , iiiUiLOiuij junjimwc COMPMCC iMswEo ' ' * RliVOQIiSTRUCniONiNC C»lliCHAB.VA^ 4079 HUiRMNO AVENUE tt1» SAN DffiBO CA SZ117 Pjm^odvn liuiMtww Conwony 37297 iMswEo ' ' * RliVOQIiSTRUCniONiNC C»lliCHAB.VA^ 4079 HUiRMNO AVENUE tt1» SAN DffiBO CA SZ117 iMswEo ' ' * RliVOQIiSTRUCniONiNC C»lliCHAB.VA^ 4079 HUiRMNO AVENUE tt1» SAN DffiBO CA SZ117 iMswEo ' ' * RliVOQIiSTRUCniONiNC C»lliCHAB.VA^ 4079 HUiRMNO AVENUE tt1» SAN DffiBO CA SZ117 iMswEo ' ' * RliVOQIiSTRUCniONiNC C»lliCHAB.VA^ 4079 HUiRMNO AVENUE tt1» SAN DffiBO CA SZ117 iMswEo ' ' * RliVOQIiSTRUCniONiNC C»lliCHAB.VA^ 4079 HUiRMNO AVENUE tt1» SAN DffiBO CA SZ117 1 MftJIB^I' : • CQVERAQES . : CERflWCATE HUMBER; 994$5_ RCWttlOW WUMftBR; THIS » TQCEPmPf THATTHE POUClSS OF fftStJRAHCE iisyi^ aCLOMf HAVE BBBHSBUED TOTWEftlgMRm NAMED AJ»0^ FOR TME POUCy PEHIQO ll^KXATBK NOTVWTMSTANQtNC ^ REOliiREMENr. ICRM OR CONaTiQN OF AMY CONTRACT OH jOTHSt 'DOCUMENT WTTH RCflPCCT TO WHICH TH$ CERTIFICATE MAV BC iS$UED Oft MAY FBtTAlN. THE INSURANCE /^FKJRDS) BY THE POUCtES DESCRIBED HEREIN JS SUBJECT TO ALL THE TI9M8, C~|oocw ANrAtm>: All.QINNB>.AinOe aCHEDUtep AUTOS HRfiO AUTOS VQW-OWMiOAJT06 OCCUR CtAiUBWOF tigHgONM.AAaViUUHY caeNBtii^AiMAeaATE PftoDucn - ooimop AA9 AONMNMCfJ 09/13/13 EACH OOCUMBKE 00/11/14 OIK 6J.EACMACOI3ENr. £L. DISBKSfrEASWtOyEe UOBiMB DEsenmioFciwmiitt'ijeaineM CERrmCATE iHOicqt CANCaiATlON City of Cartsbad 1635 Farailay Ave aHOUI^AI»yCFTHBAEO^BPE»dwBPPOtJW»BeCAHCFll.ff>IIBrOIU: SVBWUDK QATC tlHEOT. MCmCe VMU. BE tiHJVEWn M y^1lj1?ftfll!)ifUlCgWntlTt Carlsbad, CA 92008 AtflMORBD MMBmOATMl Attention;: ' Acb^flH'gaBBq^^ TbtAOOROKK WiodlOQAai - 1 ^ _.f>.1?"!Wg9.flpPWP coRpq^TWH. ABrvomivM. Progressive P.O. 80(94739 Cleveland. DH 44101 1-800»89S-2d86 PROGRinsm Policy number: 023S3611-0 Underwritten by; progressive Express Ins CDirip$rry September 16,2013 Paget of 1 Certificate of Insurance CfirtHtcote HAldtr Additional Insured CITY0FCAf?L5BAD 1635 FARADAY AV CARLSBAD. iCA 92008 insur«d 3562 SUMMIT TRCT CARLSBAD, CA 92010 Agent PO BOX 94739 CLEVELAND, OH 44101 This document certifies that Insurance policies idervdfied belcyw have been issued by the designated insurer to the insured named above for the period(s) indicated. This Certificate is issued for information purposes only, W confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the polides listed belovi^. The coverages afforded by the polides listed below are subject to all the terms, exduslons, limitations, endorsements, and conditions of these policies. Poiicy'EffeaiveDate:''A^^^^ Policy Expiration Date; Aug 13.2014 lnsivMittcovere9«(s] ^ .,*ff!^. , " Milylnjujii^^^^^ Any'Auto Bodily i^iiry^ Sl.ooaoob Combined Singte Umit Descrii^oii crfLocation/Vehities/Spedal Hems Scheduled autos oiily '\mm^iii'\^^ 5642 Certificate number 25913A0%11 Mease be advised that additional insureds and loss payees will be notified in the event of a mid-temi cancellation. Form (10/02) BIDDER'S STATEIMENT RE DEBARiViENT (To Accompany Proposal) VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 1) Have you or any of your subcofitractors ever been debarred as an irresponsible bidder by another jurisdiction in the Stated California? yes no 2) If yes, what was/v\/ere the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. period of debarment party debarred party debarred agency agency period of debarment BY CONTRACTOR: /•IM t/ By: (name of Contractor) (sigriHbre)^ |//tt life/1 (print name/title) % "~7 Page I. of 1_ pages of this Re Debarment fomn Revised 01/30/13 Contract No. 5515 Page 26 of 157 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 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^icense suspended or revoked by the California Contractors' State license Board two or mora^tifnes within an eight year period? yes no 2) Has the suspension or revocaJiofTof 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 y&s(r period? yes no 4) Has the suspension or revocatjpri of the license of any subcontractor's that you propose to perfonn any portion of the Wof^fever been stayed? yes rfe 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 pages of this Disclosure of Discipline form Revised 01/30/13 Contract No. 5515 Page 27 of 157 Pages c BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to pro^^de full disclosure.) BY CONTRACTOR: {nameroi Contractor) By:^ (sign here) (print name/title) Page 3 of pages of this Disclosure of Discipline form Revised 01/30/13 Contract No. 5515 Page 28 of 157 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 The undersigned declares: 1 am the CtO of viVC . the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of Califomia that the foregoing is true and correct and that this declaration is executed on ..j^ir.) / / 3 , 20 jJ at Signature of Bidder Revised 01/30/13 Contract No. 5515 Page 29 of 157 Pages C ! T Y O f ^ ^ CARLSBAD ^ Contract Administration www.carlsbadca.gov May 10, 2013 ADDENDUM NO. 1 RE: VANCOUVER STREET HDD SEWER EXTENSION. PROJECTNO.: 5515 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 opertinq i»? June 4,2013 Time remains the same: 2:00 p.m. liJbmm^S"^"'^ acknowledged-must be included to your bid v^^hen your bid is RHONDA HEATHER Associate Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 FaradayAvenue, Carlsbad, CA 92008-7314 T 760 602-4677 F 760H502-8562 0 CITY OF CARLSBAD Vancouver Street HDD Sewer Extension Contract No. 5515 Drawing No. 470-4 Bid No. PWS13-38UTIL Addendum No. 1 From: Mark Biskup, Project Manager Phone: (760)602-2763 Fax: (760) 602-8562 Date: May 10, 2012 Bid Opening Date: May 14, 2013 2:00 pm Revised Bid Opening Date: June 4, 2013 2:00 pm REVISIONS TO BID DOCUMENTS: The following change shall be made a part of the contract documents for Contract No. 5516. I Contract General Provisions, Section 9-4 Bid Items Delete the foifowing Daranraph: "Horizontal Directional Drilling Installation <Bid Item 6) Linear Feet Installation of approximately 875feet of 10-inch SDR-9 HDPE or 8" DR 14 FPVC pipe via horizontal directional drilling between larwin Park to the cul-de-sac of Via De Canto Court (Sheets 3 and 4). Woric shall include ali surface and downhole surveying work necessary for the HDD process." Replace with: "Horizontal Directional Drilling Installation (Bid Item 6) Linear Feet Installation of approximately 875feet of 10-Inch SDR-9 HDPE pipe 9 (grey color) via horizontal directional drilling between Hklden Canyon Community Park to the cul-de-sac of Via De Canto Court (Sheets 3 and 4). Work shall include all surface and downhole surveying work necessary for the HDD process. I of 1 i C I T Y 0 F V CARLSBAD Q Contract Administration www.carlsbadca.gov May 30, 2013 ADDENDUM NO. 2 RE: VANCOUVER STREET HDD SEWER EXTENSION, PROJECTNO.: 5515 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: June 6,2013 Time remains ttie same: 2:00 p.m. This addendum-receipt acknowledged-must be included to your bid when your bid is submitted. ^^^^ 4aB^IN DAVIS Sr. Contract Administrator ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 / 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 g> ^^^^^ CITY OF CARLSBAD Vancouver Street HDD Sewer Extension Contract No. 5515 Drawing No. 470-4 Bid No. PWS13-38UTiL Addendum Ha. 2 '^rorn: Mark Biskup, Project Manager Phone: (760)602-2763 Fax: (760)602-8662 Date: May 29, 2012 Bid Opening Date: June 4, 2013 2:00 pm REVISED BID OPENING DATE: JUN^ 6,2013 2:00 PM REVISIONS TO BID DOCUMENTS: The following change shall be made a part of the contract documents for Contract No 5515: I For the purpose of this contract, Geneva Polymer Products' 60-inch diameter polymer manhole is an "Approved Equal*' to tho City of Carlsbad's standard SO-inch diameter sewer manhole described in the City of Carlsbad*s Standard Drawing M and S-1A. The polymer manhole and its installation shall comply with the requirements provided In the attached Specification Section 03461 Polymer Manholes iAddendum No. 2) and detail drawings. l of 3 SECTION 03461 POLYMER MANHOLES (ADDENDUM NO. 2) PART 1 GENERAL 11 SCOPE This specification covers acid resistant polymer manholes intended for use in sanitary sewers, storm sewers and water lines, where corrosion resistance is required. 1.2 REFERENCES • ASTM C 478 (most current) Standard Specification for Precast Reinforced Concrete Manhole Sections. • ASTM C 857 (most cunrent) Standard Practice for Minimum Structural Design Loadirig for Underground Utility Structures. • ASTM D 648 (most current) Test Method for Deflection Temperature of Plastics Under Flexural Load in Edgewise Position. • ASTM D 6783 (most current) Standard Specification for Polymer Concrete Pipe. • ASTM D 2584 (most current) Test Method for Ignition Loss of Cured Reinforced Resins. • ASTM C 923 (most current) Standard Specifications for Resilient Connectors between Concrete Manholes Structures and Pipe. • ASTM C 497 (most current) Test Methods for Concrete Pipe. Manhole Sections, or Tile. • AASHTO LRFD Bridge Pesign Specifications 13 SUBMITTALS A. Conform to bid document requirements. B. Submit manufacturer's data and details of following items for approval: 1. Shop drawings of manhole sections, base units and construction details, jointing methods, materials and dimensions 2. Summary of criteria used In manhole design Including, as minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification firom manufacturer that acid resistant polymer manhole design meets or exceeds the load and strength requirements of ASTM C 478 and ASTM C 857 3. Frames, grates, rings and covers 4. Materials to be used in fabricating drop connections 5. Materials to be used for pipe connections at manhole walls 6. Materials to be used for stubs and stub plugs, If required C SEPTEMBER 2012 CONTRACT 6515 POLYMER MANHOLES VANCOUVER STREETHDD SEWER EXTENSION 03461-1 7. Submitted sealed drawings by a registered Professional Engineer 8. Manufacturer's Product 50 year Warranty. PART2 PRODUCTS 2.1 ACID RESISTANT POLYMER MANHOLES A. Provide acid resistant 60-inch diameter shaft with eccentric cone, polymer manhole sections, base sections and related components confonning to ASTM C 478, ASTM C 478 material and manufacturing Is allowed compositional and dimensional differences required by a polymer product. B. Provide base riser section with integral floors, unless shown othenMse. C. Provide riser sections joined with bell and spigot / ship-lap design seamed with butyl mastic so that on assembly, manhole base, riser and top section make a continuous and uniform manhole. D. Construct riser sections for polymer manholes from standard polymer manhole sections ofthe diameter indicated on drawings. E. Use various lengths of manhole sections in combination to provide con-ect height with the fewest joints. F. Design wall sections for depth and loading conditions with wall thickness as required by polymer manufacturer. w G. Provide tops to support HL-93 vehicle loading and receiving cast iron frame covers, as indicated on drawings. H. Where polymer transition slabs are required provide precast base sections with fiat polymer slab top sections used to transition io 60-inch diameter manhole access riser sections. Transition can be concentric or eccentric as shown on drawings. Locate transition to provide minimum of 7-foot head clearance from base to underside of transition unless otherwise approved by engineer. I, Manhole shelf shall have non-skid surtace. 2.2 DESIGN CRITERIA: Manhole risers, transition slabs, conical tops, grade rings and manhole base sections shall be designed, by manufacturer, to meet the intent of ASTM C 478 with allowable compositional and sizing differences required by a polymer product. A. AASHTO LRFD HL-93 design live loading applied to manhole cover and transition and base slabs 8. Polymer manholes will be designed based upon live and dead load criteria In ASTM C 857 SEPTEMBER 2012 CONTRACT 5616 POLYMER MANHOLES ^ VANCOUVER STREET HDD SEWER EXTENSION 03461-2 C. Unit soil weight of 120 pcf located above portions of manhole, including base slab projections D. Intemal liquid pressure based on unit weight of 63 pcf E. Dead load of manhole sections fully supported by transition and base slabs 2.3 DESIGN: Manhole risers, transition stabs, conical tops, grade rings and manhole base sections shall be designed, by manufacture, to requirements of ASTM C 478 and ASTM C 857 as modified to Sccept polymer construction in lieu of concrete as follows: A. Polymer Mixture - the mixtuiB shali consist solely of thermosetting resin sand and aggregate. No cementitious materials shall be allowed. B Requined wall thickness for ali members will be that stated by polymer manhole manufacturer based upon loading conditions and material properties. The wall thickness of risers and conical tops shall be not less than that prescribed by the manufacturer's design by more then 5%. A wall greater than the prescribed design shall not be cause for rejection. C. Thermosetting Resin - The resin shall have a minimum of deflection temperature of 156* F when tested at 264 psi (1.820 mPa) following Test Method D 648. The rssln content shall not be less than 7% of the v^eight of the sample as determined by test method D 2584. Resin selection shall be suitable for applications in the corrosive conditions to which the structures will be exposed. D. Each manhole component shall be free of aH defects, Jnduding indentations, cracks, foreign inclusions and resin starved areas that, due tolheir nature and degree or extent, detrimentally affect the strength and serviceability of the component part. The internal diameter of manhole components shall not vary more than 1%. Variations in height of two opposite sides of risers and conical tops shall not be more the 5/8 inch, the under ain in height of a riser or conical top shall not be more than 1/4in./ft of height with a maximum of inch in any one section. E. Mariteting and Identificatksn - Each manhole shall be marked on the inside and outside with the following infomriatfon - Manufadurer's name or trademark, Manufacturer's location and Production Date. F. Manhole Joints shall be assembled with a bell/spigot or shiplap butyl mastic joint so that on assembly, manhole baSe, riser and top section mafce a continuous and unifonn manhole. Joint sealing surfaces shall be free of dents, gouges and other surface in^egularities that would affect jdmt ititegrity. G. Minimum clear distance between two wall penetrations shali be a minimum of 6" on 48" to 72" diameter manholes and a minimum bf 8" on larger diameter manholes. A clearance of 3" is required ijetween wall penetration and joint. SEPTEMBER 2012 CONTRACT.5615 POLYMER MANHOLES ^ VANCOUVER STREET HDD SEWER EXTENSION 03461-3 ^^^^^^ H. Constmct invert channels to provide smooth flow transition watenvay with no disruption of flow at pipe-manhple connections. Invert slope through manhole Is as indicated on drawings of If not spedfied on the drawing provide 0.2-ft vertical drop across the diameter of the manhole.. Provide curves for side inlets and smooth Invert fillets for flow transition between pipe inverts. Polymer bench and channel are to be constmcted with all resrn aggregate material - no altemative fill material is allowed: Extended base footer requirements for buoyancy concerns can be addressed with cementitious concrete maiterial. I. Depth of channel through the manhole shall be equivalent to diameter of effluent sewer pipeline. J. Provide resilient connectors conforming to requirements of ASTM C 923 or as a required by owner. All connectors are to be watertight. Install approved resilient connectors at each pipe entering and exiting manholes in accordance with manufacturer's instructions. K. Exceptions to ASTM C 478- components shall be designed for the intended combinations of manufacturing materials. Component designs may be as non- reinforced members or reinforced members as recommended by the manufacturer. Steel reinforcement is not requfred for circumferential reinforcement, joint reinforcement, base slab reinforcement or hoop reinforcement, but may be placed for the purpose of product handling. 2.4 GROUTING All materials needed for grouting and patching will be a polyester mortar compound provided by the manufacturer or an approved equal by the manufacture. PART 3 EXECUTION 3.1 General Manhole locations are fixed and cannot be moved to accommodate pipe manufacturing or laying. If necessary, special lengths will be provided to meet manhole location requirements. 3.2 Woric Within Existing Manholes Any proposed Work inside an existing manhole, which is part of a sewage system in sen/ice, shall not be undertaken until all the tests and safety provisions of Article 4, Section 1532 "Confined Spaces'" State of California Construction Safety Oiders have been made. 3.3 Excavation A. The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting openings and backfilling operations. Earthworic shall oonfomfi to the SSPWC Section 300, Earthwork, except as herein modified SEPTEMBER 2012 CONTRACT 5515 POLYMER MANHOLES VANCOUVER STREET HDD SEWER EXTENSION 03461-4 B. Invert elevations of connecting sewers may vary depending upon sizes. The crown elevation of all pipes shall be set level with the crown elevation ofthe largest pipe unless othenwise indicated on the Plans. 3.4 Manholes The finished elevations at which manhole frames and covers are to be set shall conform to the requirements set forth on the Plans, but in all cases shall be governed by the Owner's Representative in the field. Where the frame and cover are in existing pavement or in the traveled way of the existing road shoulder, it is to be placed flush with the existing surface. Where the structure is outside the limits of the traveled shoulder but not in the roadside ditch, it should be placed 1/10-foot above the e5dstlng ground surface. Where the manhole cover falls in the existing roadside ditch or easement right- of-way "offsite," it is to be placed approximately 18-inches above the existing ground surface or as directed by the Owner's Representative. Manhole frames shall be set at the required grade and shall be securely attached to the top precast manhole shaft unit with a cement-mortar bed and fillet as shown on the Plans. After the frames are securely set in the place provided herein, covers shall be Installed and all necessary cleaning and scraping of foreign materials from the frames and covers shall be accomplished to ensure a fine satisfactory fit. 3.5 Watertightness of Manholes A. General: It is the intent of the Specifications that manholes and appurtenances be watertight and free from infiltration. All manholes ans to be banded both inside and outside wrth cement-mortar grout. VWiere manholes are to be given a protective lining or coating, they shall be free of any seeping or surface moisture. The adequacy of manholes and appurtenances as to watertightness shali be detemnined by the Owner's Representative and shall be vacuum tested. B. Vacuum Testing of Manholes: Water tightness of manholes may be tested in connection with tests of sanitary sewers or at the time the manhole is completed and backfilled. C. Vacuum testing equipment shall be as manufactured by P.A. Galzier, Inc. or approved equal. 1. Manholes shall be tested after assembly and prior to mortaring the joints or backfilling. In case of Manholes incorporating a PVC liner, the testing is to take place prior to mortaring the joints, welding the linear seams between sections or backfilling. 2. All lift holes shall be plugged with an approved grout prior to tesiing. 3. All pipes entering the Manhole shall be plugged, and bracing installed, to prevent the plug from fcjeing drawn into the Manhole. 4. The test head shall be placed inside this top of the cone section and the seal inflated in accordance with the manufacturer's recommendations. SEPTEMBER 2012 CONTRACT 5515 POLYMER MANHOLES VANCOUVER STREET HDD SEWER EXTENSION 03461-5 5. A vacuum of 10 inches of mercury shall be drawn The time shall be measured fof the vacuum to drop to 9 inches. The Manhole shall pass the test if the time W taken for the drop is greater than 60 seconds. 6. If the Manhole fails the test, necessary repaii's sfiall be made and the test repeated until acceptable results are obtained. The leak(s) shall be located and repaired according to their nature with material-in-klnd. 7. Any evidence of leakage as a nesult of testing shall be repaired to the satisfaction ofthe Owners Representative. 8. Inlets and outlets with approved stoppers or plugs and fill the manhole to the limits indicated below. Any evidence of leakage as a result of testing shall be repaired to the satisfaction ofthe Owner's Representative. D. Water Testing of Manholes: At the option of the Owner, water tightness of Manholes may be tested using water Instead of air. The Contractor shall plug all inlets and outlets with approved stoppers or plugs and fill the Manholes to the limits indicated below. Any evidence of leakage as a result of testing shall be repaired to the satisfaction of the Owner's Representative. 1. The manhole shall be filled with water to an elevatimi 1 -foot below the start of the cone section, with a minimum depth of 4-feet and a maximum depth of 20-feet. 2. The water shall stand in the manhole fO! a minimum of one hour to allow the manhole material to reach rhaximum absorption. After the one-hour period hau elapsed, the Contractor shall refill the msnhole to the original depth and the drop in wafer surface shall be recorded after a period of from fifteen minutes to one ^ hour has elapsed (said time of the tost shall be deterniined by the Owner's Representative and shall be varied by the Owner's Repnssentative to fit the various field conditions). 3. The maximum allowable drop in the water surface shall be K-inch for each 15-miriute period of testing. Even though the leakage is less than the specified amount, the Contractor shall stop any leaks that may be observed to the satisfaction of the Owner's Representative. 3.6 Pipe Connections A. Flexible Boot Connections shall be installed per manufacturer's recommendations. - B. When polymer concrete manhole is used In conjunction with HDPE sewer pipe and a wall flange/restraint wall Is required to anchor the HDPE pipe, the restraint wall shall be separated fi^pm the outside wall ofthe manhole'by a minimum of 24- inches. ' 3.7 Manhole Bedding A. Manhole bedding shall include a minimum of 6" of crushed rock and in compliance with the bedding required In City of Carisbad Standard Drawing S-1. ^ f^^l^r^nE^^Sr^L^^ CONTRACT6515 POLYMER MANHOLES ^ VANCOUVER STREET HDaSEWER EXTENSION 03461-6 d u ^f}?^ tightness and vacuum testing shall occur.prior to backfilling. Select w °?ckfni matenal consisting of clean sand shall b^^ It shall be consolidated by compacted by prteumatic tampers to obtain a relative density of 95% unless othenwise spedfied on the Plans. Backfill around the penrneter ofthe manhole equally to prevent differential loading and tipping ofthe End of Section SEPTEMBER 2012 CONTRACT 5515 POLYMER MANHOl F^ VANCOUVER STREET HDD SEWER EXTENSION i-ULYMER WIANimES /40i)lrf)DUM loo. Z tSRANlMR raUNDADGN AS fJEOt) POLYMER MANHOLE SPBSiFICAIlONS WMU. WtOHTS AVMLABUEIBSeR I WaCHT WMU. WtOHTS JP i',2'.y,4',8'.i' I mm 1 i»Nmm.Tiia 60" POLYMER MANHOLE i»Nmm.Tiia SCALEr N.T.& UUHIM: RIF U3Cktm BOUIOERCITY.NV 1 Of 2 ' i»Nmm.Tiia 0A1E. f 2-19-2012 TITAN ^ U3Cktm BOUIOERCITY.NV 1 Of 2 ' 64" BARRa O.D. / 60" }.D. 68^4* SEli, 0.0 60" JCHNT DETAIL P(X.YMER MANH0L£ SPECff^TiOf^ iXi. O.O. WAU. THiCKNEiSS WEIOHT PfRFOOT mr »• T 557 «imvAMi.viifmi WOMICfi MAI^OLEJCm SCAif: N.7.S. IMAWt: tITAH LOCAItQN: WWIIfll'Wti i / v-BUrn. MASTIC -SUTYL MASTIC 80-STACK l»> aOULOERCIT^ iW wmi* mmsmmmaaammm 2 Of 2 CONTRACT PUBLIC WORKS This agreement is made this. . day of , 20 /S. by and between the City of Carisbad, California, a municipal cforporation, (hereinafter called "City"), and RMV Construction, Inc. whose principal place of business is 5263 Summit Trail Court Carisbad CA 92010 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 (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, Noncollusion Declaration, Designation of Subcontrac- tors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure ofthe Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 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 ail job conditions, including underground conditions and has not relied on information furnished by City. ^¥ Revised 01/30/13 Contract No. 5515 Page 30 of 157 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 promptiy, 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 11, 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. W 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 perfonnance 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 tiie 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 contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or othenA/ise, 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 01/30/13 Contract No. 5515 Page 31 of 157 Pages 9. Insurance. Contractor shall procure and maintain for the duration of the contract insurance ^•s 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. 0. 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 ofi'icials, 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. 0. 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. Revised 01/30/13 Contract No. 5515 Page 32 of 157 Pages (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its ofl'icials 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-:Vll. 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 ofl'icial 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 infomial 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 ofthe truth or falsity ofthe information. (D) Penalty Recovery. If the City of Carisbad seeks to recover penalties pursuant to the False 1^ Claims Act, it is entitied to recover its litigation costs, including attomey's fees. Revised 01/30/13 Contract No. 5515 Page 33 of 157 Pages (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may ^ be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of 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 j^San Diego County, California. I have read and understand all provisions of Section 10 above. 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, titie, 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. o Revised 01/30/13 Contract No. 5515 Page 34 of 157 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: (name of Contractor) (sign here) (pnnt name and title) By: (sign here) (print name and title) CITY OF CARLSBAD a municipal corporation of the State of CalifoFnia. President or vice-president and secretary or assistant secretary must sign for corporations?'fPttHfy one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney^ By: Assistant City Attorney Revised 01/30/13 Contract No. 5515 Page 35 of 157 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of^T^a4AjC^g.y:) } On before me, Date Were Insert Name andjitle of the Officer personally appeared Name(s) of Signer(s) R. SHOOK Cwnmlssion # 1982727 Netiry Public • CaUfomia 1 \^mB^ SM Diago County ^ MyCiiiim.ExpkatJui19.2016t 1 z who proved to me on the basis of satisfactory evidence to be the person}^ whose name^s) is/etre subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hefi'their authorized capacity(i^), and that by his/hor/thoir signature(^ on the instrument the person]^, or the entity upon behalf of which the personl^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 h Place Notary Seal Above Signature OPTIONAL - Signature of Notary Public 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. DescriptTbfljof Attached Document Title or Type of DocuTtrsQt: Document Date: Number of Pages: Signer(s) Otiier Tiian Named Above: Capacity(ies) Claimed by Signer(s) 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 Signfe<s Name: • Indivic • Corporate Ofticer — Title(s): • Partner — • Urftrted • General • Attorney in Fact • Trustee • Guardian or Conservator • Otiier: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 9350 De Soto Ave., RO. Box 2402 • Chatswortti, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876-6827 ***Premium Induded in Performance Bond Bond Number PB00155800047 • . LABOR AiMD MATERIALS BOND wteREAS. th© Oty Council of tha City of CaHsbad. State of CaUfomia, by Resolution No. adopted August 2Q:20i.q . I^s awardsd to !• ""l^MVConstructiOTT, Inc.._. . , (hereinafter designated ss the "PrirKiipar), a Contract for: VANCOUVER STREET HDD SEWER EXTENSION COiviTRACT NO. 5515 in'the City of Carlsbad, in strict corrfonnity ivith the drawings and spedficatlo'ns, and other Contract Dcicuments now on file in the Office of the Qty CIsrfc of the City of Carisbad and all of which are Inoorporated herein by thte reference, WHEREAS, Principal has exscutsd or is about to execute said Contract and the terms tiiereof require the ftimlshing of e bond, providing that If Principal or any of their subcontfactora shall feitto om for any mat«rfei|fe. pravistons. provender or other supplies or teams used tn, upon or about m p#>rmance of the woric agreed to be done, or for .any work or labor dons thereon of my kind, the surety on this bond will pay the same to the extent hereinaftor set forth. NOW, THEREFORE, WE, RMV Construction, Inc alprindpal^ereinaftardekignatedaethe-^^^^ ^'^''"^l^f'"^'T^'"f"'ti^ * *^ ^ « Surety, gre hetd finnJy bound Unto the City of Tcr^rriTi ~" in ~ " • th© sum of risoao Hundred Sixty-Four Thousand Nine Hundred Tliirty Nine 00/100 • . . DQllkrs bb4.939.00 >. i^'ld sum being an amount equal to: Ono hurwlred peiroetYt (100%) of the total amount payable uml^ thb terms of the contract by the City of Cadsbad; and for which paynfjent well aod truly ^ be ma^ m bind Qurs6h«s, our heirs, executors and admSniatfators, successors, or assisoft, jointly ana severally, firmly by these presents. THE CONDITION OF THIS OBLiGATION IS SUCH that if the Contractor or his/her subcontractors fail to oav for ar*v materials, provisions, provender, supplies, or teaois used m. upon, for, or about S^^n^^nS of fh?^r^ be dpne, or for any ottier work or labor therecj.0^ any ^&rSst^t with California Civfi-Code soctioh^ 3161 or Jor ""^^^ &ploymenl Insurance Code'with-respect to the work or tebor performed under t^teConfract or i! a^? amounts required to be deduet^d, withheid. and paid over to ^9^^^^^^^^^^^^^ ^^LTnt from Z wages of employees of the conttactor and ^^sJ^^U 1S020 Of the Unemployment insurance Code with respect to the work and labor, tiat the Surety win S forVhe Lnle aS^^^^ in case suit is brought upon the bond, reasonable attomsy's fees, to be %ed by the court consistent with Califomia Civil Code section 324S,. this bond shall Inure to the benerflt of any of persons named in California avH Code section f ll, S as to give a rtght of actton to those persoi^ or their.asslgns in any surt bnpught upon the t>bnd. • .. ^rety stiputates and a^rses that no change, extension of time, altOfation or addition ^the terms ^ cSS or to the \^rk to be perfomiad hei^under or the specrfioations acoompa^jfln^^ shall affectlfe oWlaatlons oh this bond, and it does hereby waive notice of any ^h^ige-^nslon of time, alterations or additten to the terms of tt.e cpritrdct or tp ths work or to the speorficatjons. Revised 01/30/13 Corrtrafilhlo.S61B . Page36 of 157 Pagaa In the event thai Contractor is arj individual, It is agreed tliat th<& death of any such Cont-acior shall nc4 exonerate the Surety from Its obligations under this bond. 5th Execut^i by CONTRACTOR Sils. ; , .,. d»/ of • > CONTRACTOR: .;,; RMV Construction, Inc. (print name here} <tltf9 and QT^ri2&&in of signatory) (sfen here) Exsctited by SURETY this o"' da^ of September . ^ 2013 . SURETY: Pililadelphia Indemnity Insurance Company (riameof Surety) . • ' • (address of Surety) (619) 665-9076 Kitara A Smith (print nsmts here) (printed name of Attofn«y<-ln-Fact) (attach corporate rosOlutjon shovi'ire current poweir of attorney) (titfe and organization of slgnatCMy) (Proper notarial acknowledgment of exeoution by CONTRACTOR *nd SURETY must ije attached.) (P(ibs»dent or viceisresident and secreiary or assistant secrf&tary must sign for corporations, if orriy on© officer sl^, the cofporation must attach s resolution certified by the secretary or assistant sacreiary under corporate se^t empowerlrig that officer to bind the corporation.) Al^ilPROVED AS TO FORM: CiLIA A. BREWER Cily Attorney Assistant Cny PtXhrnm Revised 01/30/13 ContAetNfr. S515 Page 37 Of 157 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California of ^Sav^T)^ County } Qn^SgPV (Z,2X)[S before me, \ Date Here InsertlMame and Titlfe of the Officer personally appeared c Name(s) of Signer(s) R. SHOOK I Commission # 1982727 I Notary Public • California I ^^^^^^ San Diego County J My Comm. Expires Jul 19.20161 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person"ta)sWhose name(^ is/^e subscribed to the within instrument and acknowledged to me that he/she/tfiey executed the same in his/her/HTeir authorized capacity(i^), and that by his/her/their signature(is) on the instrument the person($), or the entity upon behalf of which the personl|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 h Signature. OPTIONAL Signature of Notary Public 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 Attaclied Document Title or Type of DofcbKDent: Document Date: Number of Pages: Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) 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 Sigh€i^ Name: • Individ • Corporate^StJicer — Title(s): • Partner — • L>Rited • 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., RO. Box 2402 • Gfiatswortfi, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• State of Nortii Carolina County of Duriiam personally appeared before me, Heatiier Burrougiis Kitara A Smith Name and or Names ot Signer<$) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies). and that by his/her/their slgnature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my ^A. ^oi(e r< '^^'^ Signature Expires May 13,2015 Place Nataty Public Seal Above Though the information below is not required by law, it may prove valuable to the persons retying on the document and coutd prevent fraudulent removal and reattachment of this fonn to another document. Description of Attached Document Title or Type of Document Document Date Signer's Name: • Individual • Corporate Officer - Title(s): • Partner - O Limited • General • Guardian or Conservator E Attorney-in-Fact O Trustee • Other: Signer is representing RiGHTTHUMBPRINT 0FSK3NER Top ot thumb Number of Pages: • Individual • Corporate Officer - Title(s): • Partner - • Limited •General • Guardian or Conservator • Attorney-in-Fact • Trustee • Other- Signer is representing RIGHTTtlUMBPRINT OF siarjEH Top Of thunfti •••••••••••••••••••••••••••••••••••••••••••••••••••• 98 PHILADELPHIA INDEMNITY INSURANCE COMPANY 231 St. Asaph's Rd., Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint: Phoebe C. Honeycutt, Bobbi D. Pendleton, Neil B. Biller, Kitara A. Smith, Heather Burroughs, Kenneth J. Peeples, and Chris Lydick of BB&T Insurance Services, Inc. of the City of Durham, State of North Carolina its true and lawful Attomey(s) in fact •with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $7,500,000: This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1" day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at ^y time, any such Attorney-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 15™ DAY OF NOVEMBER 2012. / .V . 'St . (Seal) President Sean S. Sweeney, President Philadelphia Indemnity Insurance Company On this 15"* day of November 2012, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer ofthe PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the sea! affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. «^yplWEAUHOFFniN«¥UCWflA NOTARMtSEAt DANIELUE PORAm (Mary PiMc Loner Marion Twp.. f*M^9>im£o^ Notary Public: (Notary Seal) residing at: My commission expires: Bala Cvnwvd. PA March 22.2016 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto are tme and correct and are still in fiill force and effect. I do further certify that Sean S. Sweeney, who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNFfY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this ^ ^ !^ ^ Craig P. Keller, Executive Vice President, Chief Financial Officer & Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY Tremium Subject to Ciiange Based on Final Contract Price Premium Amount $10,149.00 Bond Number PB00155800047 FAITHFUL PERFORMANCE/WARRANTY BOND W!HE?iEAS, the City Council of the aiy of Carlsbad. State of California,, by Resolution m. RF^iR adopted August 29, 2013 • has awarded to ; RIVIV Constmction. Inc »(hereinafter d'oaignatod as the "Prinotpal"), a Contract for: VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 in; the aty of Carlsbad, 'm sirtct conformity with the contract, the drawings and specifications, and oliher Contract Pooiments now on file In the Office of the City Cleik of the City of Cartsbad. all of which are Incorporat^J herein by this referencov WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof r^uire the furnishing of a bond for the faithful p^onnance and v/amanty of said Contract; NpW. THEREFORE, WE, RMV Construction, Inc. , Principal, (Hereinaflar designated as th.o "Contractor"), and - Philadelphia Indemnity Insurance Company , as Surely, are heW and firmly bound unto the Qiy of Cartebad, irjijhe sum of Six Hundred Sixty Four ThnuRanri Nina Hiindrftd Thirty Ninft 00/100 ' • • Dollars f$664.939.0r \ s^ld sum being equal to one hundred penpent (100%) ofthe estimated amount of the Contract, to be piiid to City or its certain atiomey, its successors and assigns; for which payment w©H and truly to made, WB bind ourselves, our heirs, executors and administrators, successors or assigns, jointly ahd severally, firmly by these presents. ' THE CONDITIQN OF THIS OBLIGATION IS SUCH that if the above bounden Contrador, their h«ir$, executors, administrators, successors or assigns, shall in all tilings stand to and abide by, and \ft!i8ll and truly keep and perform the covenants, conditions, and agreements tn the Contract and any aiieration thereof made as therein provided on their part, to be kept and performed at the tiprie and in tti© 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 tlief^in stipulated, then this obligation shad become null and void; otftenA4se'it shall remain ftl full force «nd effect As a part of the obligation secui^ hereby and in addition to the face amount specified ther«8fore, tiiere shall be Included costs and reaeonable expenses«nd fees, including reasonable attorneys fi^, incuned by the aty in successfully enforcing such obligation, all to be faxed as costs and iyjiditded In any judgment rendered. siu?ety stipulates and agrees that no change, extension of time, alteration or addition to the terms of tljie Contrect, or to the work to bs perfonned there, under or the specifications accompanying the s^me shall aifect ite obligations on this boTid. aiid it does hereby waive noKce of any change, 4rtension of time, alteretions or addition fo the terms, of th© contract or to the work or to the ajsecificatione. • Revised Ol;30/13 Comraci No. 5515 PBge38of 157 Pages injitiie event that Contractor Id an individual, it Is agreed that the death of any such Con^tor shall np^ exonerate tfie Surety from rte obligations under this bond. Executed by CONTRACTOR this, dsiy of J , 20^ CONTRACTOR: •;. RMV Construction, Inc. (name of Contnactor) By:, , (sign here) (print name here) (Title and Organization of Signatory) By: (sign here) Executed by SURETY tiis 5th September .day of 20 13 SURETY: Philadelphia Indemnity Insurance Company (name of Surety) 251 South Lake Ave., Suite 360 Pasadena, CA 91101 (address of Surely) . (619)665-9076 (telef>hone number of SuretyJ By., ^^si^f^r© of Attomeyin Kitara A Smith J (printed name of Attomey-4n-Fact) (Attach corporate resolution showing current power of attomey.) (print name here) (Titie and Organfaation of signatofy) (Fi^per notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (Presid^t or x^ce-president and secretary or assistant secretory must sigr\ for corporatk>ns. If only oiiie offjcGr signs, the corporation must attach a rssolution certified by the secretary or assistant secretary under corporate seal empowering tiiat officer to bind the corporation,) 4»PROVED AS TO FORM: CfeLIA A BREWER C% Attorney By; Asi^tant I E^^^Sm^ Revised 01/30/13 C^Mitract No. 59'I6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of^7^>aA/^rO ^ O } Date [ Here'Insert Name and Titl^ of Ihe Officer personally appeared V^cJo^Y^ Name(s) of Sign 7 I R. SHOOK Commission # 1982727 Notary Public • Califomia i \^gme^ San Oiego County g ^^^^^ My Comm. Expires Jut 19.20161 who proved to me on the basis of satisfactory evidence to be the personf^whose name(!si^is/SH:e subscribed to the within instrument and acknowledged to me that he/bl le/ll luy executed the same in his/hpr/thejr authorized capacity(ifeis)v and that by his/henteir signaturel^ on the instrument the person(5^ or the entity upon behalf of which the person(^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h Place Notary Seal Above Signature OPTIONAL - Signature of Notary Public 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'Svpe of Document: Document DateT Number of Pages: Signer(s) Other Than NartredAbove: Capacity(ies) Claimed by Signel 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 fiere Signer's Name: Individual • CbffaQrate Officer — Title(s): • Partner^=*>!^ Limited • General • Attorney in • Trustee • Guardian or Conservatof • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thunnb liere ©2007 National Notary Association • 9350 De Soto Ave., RO.Box 2402 •Chatswortti, CA 91313-2402 •www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1-800-876-6827 CALIFORNfA ALL-PURPOSE ACKNOWLEDGEMENT ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• State of North Carolina County of Durham On before me, Heather Burroughs personally appeared Kitara A Smith Name and or Names oi Signer{s) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies). and that by his/her/theIr signature(s) on the instalment the person(s). or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct Witness my t^n^ and official se Signature Notary Public ^ ^ = Wake County f I My Comrlilsslop Expires SSlon hXpue^:: My Qommi^sion Expires May 13,2015 NAL Place Noiary Public S«al Abovn Though the infonnation below is not required bylaw, it may prove valuable to the persons retying 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 Name: • Individual • Corporate Officer - Title(s): • Partner«O Limited • General • Guardian or Conservator E Attorney-in-Fact • Trustee • Other: Signer is representing RIGHTTHUMBPRINT 0FSK3NER Top ot thumb • Individual • Corporate Officer - Title(s):_ • Partner - • Limited • General • Guardian or Conservator • Attorney-in-Fact • Tmstee • Other: Signer is representing RIGHTTHUMBPRIMT OF SIGNER Top Of thun^ ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• . ' 99 PHILADELPHLV INDEMNITY INSURANCE COMPANY 231 St. Asaph's Rd., Suite 100 Bala Cynwyd, PA 19004-0950 *^imi»^ Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHL\ INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealtli of Pennsylvania, does hereby constitute and appoint: Phoebe C. Honeycutt, Bobbi D. Pendleton, Neil B. Biller, Kitara A. Smith, Heather Burroughs, Kenneth J. Peeples, and Chris Lydick of BB&T Insurance Services, Inc. of the City of Durham, State of North Carolina its true and lawful Attomey(s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $7,500,000: This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the r' day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 15™ DAY OF NOVEMBER 2012. (Seal) I ' 192? President Sean S. Sweeney, President Philadelphia Indemnity Insurance Company On this 15* day of November 2012, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer ofthe PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. NOTAmAtSEAb OAMSiE PORAm Notaiy PtMc LoMfMarionTM. l*#n«fyCaui!h MyCwwtt«iaoBBiMManita.201< Notary Public: (Notary Seal) residing at: My commission expires: Bala Cvnwvd. PA March 22.2016 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto are tme and correct and are still in full force and effect. I do fiirther certify that Sean S. Sweeney, who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 3-day ^j^pnudjj^i, 13 t927 Craig P. Keller, Executive Vice President, Chief Financial Officer & Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY 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 VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 in the amount of dated (hereinafter refen^ed 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 othen/vise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the forni 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 ail fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment tenns shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 01/30/13 Contract No. 5515 Page 40 of 157 Pages 6. Contractor shall have the right to withdraw ali 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 aii requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor ali securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faradav Avenue. Carlsbad. CA 92008 For Contractor: Title Name Signature Address _ For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 01/30/13 Contract No. 5515 Page 41 of 157 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature Address 1200 Carlsbad Villaoe Drive. Carlsbad. CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 01/30/13 Contract No. 5515 Page 42 of 157 Pages GENERAL PROVISIONS FOR VANCOUVER STREET HDD SEWER EXTENSION CONTRACT NO. 5515 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 TERIVIS - Unless othenA/ise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated 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 othenA/ise. 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 othenA/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 its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Revised 8/10/10 Contract No. 5515 Page 43 of 157 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 IVIanager - 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 IVIanager - the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and ali Modifications issued after the execution of the Contract. Revised 8/10/10 Contract No. 5515 Page 44 of 157 r 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 IVIanagement & 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. IHouse 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 ami, 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. 5515 Page 45 of 157 Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Engineer's designated representative for inspection, contract administration and first level for informal dispute 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 connecfions are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specificafions, Technical Specifications, Reference Specificafions, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighfing 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 title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". 1 Revised 8/10/10 Contract No. 5515 Page 46 of 157 State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street - Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, fimi, 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 acfive and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specificafions setting forth condifions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, 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 stonn drains owned, operated, or maintained in or across a public right of way or private easement. WorIc - 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 abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construcfion" published by the American Institute of Steel Construction, Inc. Revised 8/10/10 Contract No. 5515 Page 47 of 157 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 retum 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 Califomia Occupational Safety and Health Administration CalTrans Califomia Department of Transportation CAP Cormgated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR Califomia Bearing Ratio CCR Califomia 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 Conrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DP 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 fiace EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole Revised 8/10/10 Contract No. 5515 Page 48 of 157 GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INS P.. Inspection INV Invert IP Iron pipe JC Junction chamber JOT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LP 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 retum MEAS.... Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MTBM. Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vert;ical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE .....Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northem Railway SDR Standard themnoplastic 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 Intemational System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Worths Construction SSPWC Standard Specifications for Public Wori<s Construction ST HWY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC Stmctural/Stmcture SW Sidewalk SWD Sidewalk drain Revised 8/10/10 Contract No. 5515 Page 49 of 157 SY Square yard USA Underground Service Alert T Telephone VAR Varies, Variable TAN Tangent VB Valve box TC Top of curiD VC Vertical cun/e TEL Telephone VCP Vitrified clay pipe TF Top of footing VERT Vertical TOPO Topography VOL Volume TR Tract VWD Vallecitos Water District TIRANS Transition W Water, Wider or Width, as applicable TS Traffic signal or transition structure WATCH Wori< Area Traffic Control Handbook TSC ...Traffic signal conduit WI Wrought Iron TSS Traffic signal standard WM Water meter TW Top of wall WPJ Weakened plane joint TYP Typical XCONN Cross connection UE Underground Electric XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association 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 Associafion AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL UndenA/riters' Laboratories Inc. USGS United States Geological Survey 1-4 UNITS OF IVIEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specificafions. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. Revised 8/10/10 Contract No. 5515 Page 50 of 157 1-4.2 Units of Measure and Their Abbreviations. o U.S. Customary Unit fAbbreviations) (Equal To) SI Unit (Abbreviations) mil (=0.001 in) 25.4 micrometer {\xm) inch (in) 25.4 millimeter (mm| inch (in) 2.54 centimeter (cm) foot (ft) 0.3048 meter (m) yard (yd) 0.9144 meter (m) mile (mij 1.6093 kilometer (km) square foot (ft^). 0.0929 square meter (m ) square yard (yd ) 0.8361 square meter (m^) cubic foot (ft^).. 0.0283 cubic meter (m^) cubic yard (yd ) 0.7646 cubic meter (m ) acre 0.4047 hectare (ha) U.S. gallon (gal) 3.7854 Liter (L) fluid ounce (fl. oz.) 29.5735 miillleter (mL) pound mass (lb) (avoirdupois) 0.4536 kilogram (kg) ounce mass (oz) 0.02835 kilogram (kg) Ton (=2000 lb avoirdupois) 0.9072 Tonne (= 907 kg) Poise 0.1 pascal second (Pa s) centistoke (cs) 1 square millimeters per second (mm /s) pound force (Ibf) 4.4482 Newton (N) pounds per square inch (psi) 6.8948 Kllopascal (kPa) pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) foot-pound force (ft-lbf) 1.3558 Joules (J) foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit ("F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (T - 32)/1.8 SI Units (aiabreviation) Commonlv Used in Both Svstems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes „ kilo (k) 10, centi (c) 10, milli (m) 10^ micro (|x) 10 nano (n) 10' pico(p) 10-^^ 1-5 SYMBOLS A Z I o PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line Revised 8/10/10 Contract No. 5515 Page 51 of 157 SECTION 2 ~ SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the 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 nofice, 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 specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construcfion 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 othenA/ise 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 section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 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 Revised 8/10/10 Contract No. 5515 Page 52 of 157 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 discrefion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determinafion of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entified to a public hearing before the Board and shal! be notified ten (10) days in advance of the fime and locafion of said hearing. The determination 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 organizafion. Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before compufing the amount required to be perfonned by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an enfire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be detemnined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other surefies 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 perfonnance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Revised 8/10/10 Contract No. 5515 Page 53 of 157 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 recordafion of the Notice of Complefion and will remain in full force and effect for the one year warranty period and unfil ail warranty repairs are completed to the satisfacfion 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 business of insurance in California and whose assets exceed their liabilifies 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 enfifiin^ 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 Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving nofice from the Agency. Should any Surety at any time be unsafisfactory to the Board, nofice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of fime, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. 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 specificafions, Carlsbad Engineering Standards (CES), Standard Specificafions for Public Works Construcfion, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the fime of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one set. The plan set is designated as City of Carlsbad Drawing No. 470-4 and consists of 8 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the Revised 8/10/10 Contract No. 5515 Page 54 of 157 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. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperafive. Anything specified in the Specifications 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 affecfing the cost of the Work through a reasonable examinafion ofthe Work site prior to submitting the Bid. Exisfing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the complefion 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 Specificafions, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a confiict 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) Technical Specificafions 4) Contract addenda, whichever occurs last. 5) Contract 6) Carlsbad General Provisions, Supplemental Provisions. 7) Plans. 8) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportafion Standard Plans. g) State of California Department of Transportafion Standard Specifications. h) California Manual on Unifomn Traffic Control Devices (CA MUTCD). 9) Standard Specificafions for Public Works Construction, as amended. 10) Reference Specificafions. 11) Manufacturer's Installafion Recommendations 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. Revised 8/10/10 Contract No. 5515 Page 55 of 157 2-5.2.1 Precedence of Contract Documents, add the following: Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only in reference to the materials and construcfion materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in Secfion 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 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 deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certificafion statement. 4) Specificafion secfion 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) Identificafion of deviafions from the contract documents. When submitted for the Engineer's review. Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in confonnance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certificafion on all submittals: Revised 8/10/10 Contract No. 5515 Page 56 of 157 "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 ail necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Sectton Number Title 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting informafion is infomnafion required by the Specificafions for the purposes of administration of the Contract, analysis for verification of conformance with the Specificafions, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other informafion as may be required by the Engineer. Six copies of the supporting infomiation shall be submitted to the Engineer prior to Revised 8/10/10 Contract No. 5515 Page 57 of 157 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 ali manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting informafion shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construcfion 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, specifications, diagrams, product samples, and other infomnafion necessary to describe a system, product or item. This informafion is required for irrigafion 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 specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be olitained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Secfion 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless othenA/ise 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 elevations, and soil analyses shown on the drawings or included in the Specifications 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 inspection at the office of the Engineer. Any additional subsurface explorafion shall be done by Bidders or the Contractor at their own expense. The indicated elevafion of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to detennine and allow for the elevafion of groundwater at the date of project construcfion. A difference in elevafion between groundwater shown in soil boring logs and groundwater actually encountered during construcfion 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 an-angements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is Revised 8/10/10 Contract No. 5515 Page 58 of 157 ^ impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. ofthe California Business and Professions Code. When a change is made in the finished elevafion 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 painting projects or be cleaned to the safisfacfion 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 satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9 2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of perfomriing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound fonn on 215mm by 280 mm (SVz" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to detennine 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 calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted 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 locafion of all permanent monuments set and their relafion to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stafioning. 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 Revised 8/10/10 Contract No. 5515 Page 59 of 157 Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and fiagged prior to the start of any other activities within the limits of the work. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake Description @ Centerline or Parallel to Centerline Spacing0, (S> Lateral Spacing (3), (S) Setting Tolerance (Within) Street Centeriine SDRS M-10 Monument <1000', Street Intersections, Begin and end of curves, only when shown on the plans on street centeriine 0.02" Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, painted line on PCC & AC surfaces lath - Intervisible, < 50' on tangents & < 25' on cun/es, Painted line - continuous at clearing line 1' Horizontal Slope RP + Mariner Stake Intervisible and < 50' Grade Breaks &^25' 0.1'Vertical & Horizontal Fence RP + Mariner Stake < 200' on tangents, 50' on curves when R^ 1000' & 25' on cun/es when R< 1000' N/A (constant offset) O.r Horizontal Rough Grade Cuts or Fills > 10 m (33-) RP + Mariner Stake < 50' N/A 0.1'Vertical & Horizontal Final Grade (includes top of: Basement soil, subbase and base) RP + Mariner Stake, Blue- top in grading area < 50' on tangents & cun/es when R> 1000' & < 25' on cun/es when R < 1000' ^22' %' Horizontal & V4" 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 infomiation edge of pavement, paving pass width, crown line & grade breaks %" Horizontal & Vertical Drainage Structures, Pipes & similar Facilities®, ® RP + Mariner 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 %" Horizontal & V4" Vertical Curb RP + Mariner Stake <. 25', BC & EC, at YAA, 'AA & ''^A on curtD retums & at beginning & end (constant offset) %" Horizontal & V4" Vertical Traffic Signal Q) Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & Controller ® RP + Mariner Stake at each pole & controller location as appropriate %" Horizontal & V4" Vertical Junction Box (D RP + Mariner Stake at each junction box location as appropriate %" Horizontal & V4" Vertical Conduit ® RP + Mariner Stake < 50' on tangents & cun/es when R> 1000' & < 25' on curves when R ^ 1000' or where grade < 0.30% as appropriate %" Horizontal & when depth cannot be measured from existing pavement V4''Vertical Minor Structure ® RP + Maricer Stake + Line Stake for catch basins: at centeriine of box, ends of box & wings & at each end ofthe local depression ® as appropriate %" Horizontal & V4" Vertical (when vertical data needed) Abutment Fill RP + Mariner Stake + Line < 50' & along end slopes & conic transitions as appropriate O.r Verticals Horizontal Revised 8/10/10 Contract No. 5515 Page 60 of 157 Feature Staked Stake Description ® Stake Centerline or Parallel to Centerline Spacing®, ® Lateral Spacing (3), ® Setting Tolerance (Within) Wall® RP + Marker Stake + Line Point +Guard Stake < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height as appropriate 74" Horizontal & 74" Vertical Maior Stmcture ® Footings, Bents, Abutments & Wingwalls RP + Mariner 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 %" Horizontal & 74" 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 78" Horizontal & 74" Vertical Miscellaneous ® Contour Grading ® RP + Mariner Stake ^50' along contour line O.r Vertical & Horizontal Utilities ®, ® RP + Mariner Stake < 50' on tangents & curves when R> 1000' & <, 25' on curves when R <. 1000' or where grade < 0.30% as appropriate 78" Horizontal & 74" Vertical Channels, Dikes & Ditches ® RP + Mariner Stake intervisible & <, 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate O.r Horizontals 74" Vertical Signs ® RP + Mari<er Stake + Line Point +Guard Stake At sign location Line point O.r Verticals Horizontal Subsurface Drains ® RP + Mariner Stake inten/isible & ^ 50', BC & EC of facilities, Grade breaks. Alignment breaks. Junctions, Inlets & similar facilities, Risers & similar facilities as appropriate O.r Horizontals 74" Vertical Overside Drains ® RP + Mariner Stake longitudinal location At beginning & end O.r Horizontals 74" Vertical Mariners ® RP + Mariner Stake for asphalt street surfacing < 50' on tangents & curves when R> 1000' & < 25' on curves when R< 1000'. At mariner location(s) 74" Horizontal Railings & Barriers ® RP + Maricer 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 S Vertical AC Dikes ® RP + Mariner Stake At beginning & end as appropriate O.r Horizontal S 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 73" Horizontal S 74" Vertical Pavement Markers® RP 200' on tangents, 50' on curves when R > 1000' & 25' on cun/es when R < 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker location(s) 74" Horizontal ® - features and the accuracy requirements of the RP meet the requirements for the feature ® Reference points shall be sufficiently durable and set securely enough to sun/ive with accuracy intact throughout the installation S 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 S grade information for each plane of tiie feature ® > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number follovflng tiie symbol. ® The cut datum for storm drainage S sanitary sewer pipes S similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. Revised 8/10/10 Contract No. 5515 Page 61 of 157 All guard stakes, line stakes and lath shall be flagged. Unless othenA/lse 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, Intemnediate 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, curiDs, gutters, etc. Blue Right-of-Way Fences, RJ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work 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 confonn to the quality and pracfice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecufive 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 promptiy comply with instructions from the Engineer or an authorized representafive. The decision of the Engineer is final and binding on all questions relafing to: quantifies; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless othenA/ise ordered by the Board. Revised 8/10/10 Contract No. 5515 Page 62 of 157 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and Its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's stafl" and the stafl' of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice. Contractor shall make available to the Engineer for examination, ali of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2- 11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless othenA/ise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspecfion of the Work shall not relieve the Contractor of the obligafion to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3- 1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and 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, Specifications, character of the work, or quanfity of work provided the total arithmefic dollar value of all such changes, both addifive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to Revised 8/10/10 Contract No. 5515 Page 63 of 157 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 writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per 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 Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quanfity 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 quanfity 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 Secfion 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quanfity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quanfity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in wrifing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quanfity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quanfity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as disfinguished 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 Secfion 3-2.2, established by mutual agreement between the Contractor and the Aaencv. If mutual aareement can not hfi rpar.hftfl thp Fnninppr mav HInart '-"mJ' Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct Revised 8/10/10 Contract No. 5515 Page 64 of 157 the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as OthenA/ise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction. Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notificafion 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 notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Secfion 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that It is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collecfive bargaining agreements. The use of a labor classificafion 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. Revised 8/10/10 Contract No. 5515 Page 65 of 157 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 detennining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the fime of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, 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 condition, and suitable for the purpose for which it is to be used. Manufacturer's rafings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operafion on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substanfiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. Revised 8/10/10 Contract No. 5515 Page 66 of 157 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 Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantifies of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptiy notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ^ ordinarily encountered and generally recognized as inherent In work of the character being performed; and Revised 8/10/10 Contract No. 5515 Page 67 of 157 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, that is required to be removed to a Class I, Class II, or Class 111 disposal site in accord- ance with provisions of existing law. The Engineer will prompfiy invesfigate conditions which appear to be changed conditions. If the Engineer determines that condifions are changed condifions and they will materially affect performance time, 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 nofified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed condifions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any 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 notice bf potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to nofice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the fime that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturiDed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notificafions are disallowed. The potential claim shall include the following certification 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 Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days Revised 8/10/10 Contract No. 5515 Page 68 of 157 after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequentiy filed on the basis of said nofice of potenfial claim. It is the intenfion of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the eariiest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construcfion Manager 3. Deputy City Engineer, Construcfion Management & Inspection 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 position on the claim, the contractual basis for the claim, along with all documentation 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 additional information or request that the Contractor meet and present its report. When additional infonnation or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Secfion 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state Revised 8/10/10 Contract No. 5515 Page 69 of 157 or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not othenA/ise expressly provided for or the claimant is not othenA/ise entitied to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any woric which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1,1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be In writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the fime limit or supersede notice 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 additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional infonnation, 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 additional documentafion supporting the claim or relafing to defenses to the claim the local agency may have against the claimant. (2) If additional 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 documentation, or within a period of fime no greater than that taken by the claimant in producing the additional information 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 time prescribed, respecfively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with 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 time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 /\ Revised 8/10/10 Contract No. 5515 Page 70 of 157 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Titie 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no eariier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual sfipulafion of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the 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 Section 1141.10) of Titie 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable houriy rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, detennines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Titie 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or ariDitration 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 Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed woric in accordance with Secfion 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 Wori< 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. A Revised 8/10/10 Contract No. 5515 Page 71 of 157 Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspecfion. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the complefion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless othenA/ise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certificafion as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to 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 section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully infonned regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles Revised 8/10/10 Contract No. 5515 Page 72 of 157 outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall fonA/ard reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide ali inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless othenA/ise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specificafions. For private contracts, the tesfing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, 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 testing or inspecfion, 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 Woric, it will be the Contractor's responsibility to renotify the Engineer when samples which are representafive may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site woricmanship 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 option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and ail 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. Revised 8/10/10 Contract No. 5515 Page 73 of 157 4-1.5 Certification. The Engineer may waive materials tesfing requirements of the ^ Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certificafion. 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 facilitating 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 substanfiafion 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, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended funcfion. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptiy to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made unfil approved by the Engineer. If a subsfitute 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 complefion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the safisfactory performance of substituted items. If, in the sole opinion of the Engineer, the subsfitution is determined to be unsafisfactory in performance, appearance, durability, compafibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the ^ Revised 8/10/10 Contract No. 5515 Page 74 of 157 scales shall be cleariy legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocafion of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will inifiate an immediate and cooperative investigafion. Test values of materials are results of the materials' tests, as defined by these Specificafions 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 observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilifies relevant to the disputed work and consider all available informafion and, when necessary, gather new and addifional infomriafion in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradicfion. If the cooperafive invesfigafion reaches any resolufion mechanism acceptable to both the Agency and the Contractor, the contradicfion shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selecfion of the third meml^er 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 cooperafive investigafion and will re-consider all available informafion and if necessary gather new and additional informafion to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless othenA/ise agreed, the committee will have 30 calendar days from its fonnation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final 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: Revised 8/10/10 Contract No. 5515 Page 75 of 157 1. Within 7 days of the formafion of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigafive related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investiga- tive costs unfil resolufion. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the invesfigafion. Should assignable causes for the contradiction ex- tended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradic- tion, the initiator of the investigation shall bear ail investigative costs. All claim notifica- tion requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4- 2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Woric. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall cleariy state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall cleariy state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Confonnance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5- 1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every ^^m^ property parcel will be served by a service connection for each type of utility. Revised 8/10/10 Contract No. 5515 Page 76 of 157 As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Secfion 4216 to become a member of the regional notificafion center. The Contractor shall contact it for locafion of its subsurface installations. The Contractor shajl determine the location and depth of all utilities, including service connections, which have been mariced by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless othenA/ise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless othenA/ise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to Revised 8/10/10 Contract No. 5515 Page 77 of 157 be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Woric will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a ufility installafion is to be relocated, altered, or constructed by others, the Agency will conduct all negofiafions 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, 2006 Edifion. Utilities which are relocated in order to avoid interference shall be protected in their posifion and the cost of such protection shall be included in the Bid for the items of work necessitafing such relocafion. After award of the Contract, portions of ufilities 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 Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocafion or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Woric or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are othenA/ise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor Immediately following the relocation ofthe utility involved unless othenA/ise directed by the Engineer. Revised 8/10/10 Contract No. 5515 Page 78 of 157 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in 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 protection, removal, or relocation of ufilifies. The Contractor will not be entitied to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted Interference by utilities in performing work correctiy shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkllne utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the fimely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of fime. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time 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 10 calendar days after receipt of the "Nofice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and locafion for the Preconstruction Meefing. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion ofthe preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Revised 8/10/10 Contract No. 5515 Page 79 of 157 Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of ail project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construcfion Schedule shall include detail of ali project phasing, staging, and sequencing, including ali milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the acfivities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the durafion, the eariy start, the eariy finish, the late start, the late finish, the total float, and all predecessor and successor acfivifies for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construcfion Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations an-anged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with ail network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carisbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construcfion Schedule. 6-1.2.5 Schedule Activities. Except for submittal actlvifies, acfivity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construcfion Schedule shall include between 100 and 500 actlvifies, including submittals, interfaces between ufility companies and other agencies, project milestones and equipment and material deliveries. The number of acfivities will be V Revised 8/10/10 Contract No. 5515 Page 80 of 157 sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the acfivity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, ufility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correcfion of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract durafion will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construcfion Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determinafion that the initial Constmction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstrucfion meeting shall be grounds for terminafion of the contract per Secfion 6-4. Days used by the Engineer to review the initial Constmction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. Revised 8/10/10 Contract No. 5515 Page 81 of 157 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work ^i^. upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule ^ incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Secfion 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Secfions 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each acfivity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity undenA/ay at the end of the month, the Contractor shall report the percentage detennined by the Engineer as complete for the acfivity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparafion of the schedule data disk. The schedule data disk shall be readable by the software specified in Secfion 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the actlvifies or to the interconnecting logic, with an explanafion for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecfing the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durafions 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. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and retum the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Secfions 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with CJomments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Revised 8/10/10 Contract No. 5515 Page 82 of 157 Upon resubmittal the Engineer will review and return the resubmitted Updated Construcfion Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construcfion schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properiy adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independentiy of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Secfions 6-1.3 Preparafion of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for complefion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparafion, revision and maintenance of the Construction Schedule are incidental to the work and no Revised 8/10/10 Contract No. 5515 Page 83 of 157 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 situation. 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, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavafions and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properiy provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operafions necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes approximately 802 foot horizontal directional drill to install 10-in diameter HDPE DR 9 pipe, 70 foot open trench excavation to install of 10-in diameter HDPE DR 9 and 477 foot open trench excavation to install an 8-in diameter SDR 35 PVC pipe, associated manholes and the demolition of the Vancouver Lift Station. The following descriptions outlining the order of work are provided for the Contractor's review and information. The descriptions for Phases 1 through III are overviews only and shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. Add the following secfion: 6-2.2 Vancouver Street HDD Sewer Extension 6-2.2.1 Phase I. Phase I consists of perfonning a 70 foot open trench installation of 10 inch diameter HDPE DR 9 sewer pipe from a new manhole placed over the exisfing sewer line to the point of connecfion of a horizontal directional drill (HDD) of 802 feet. The HDD is to install a 10 inch diameter HDPE DR 9 sewer pipe. A new manhole shall be installed at the terminafing point of the HDD. Plan and profile of the sewer and locations for drilling equipment and exit pit are shown on sheets 3 and 4 of the plans. A laydown area for the drilling operation is identified on sheet 6. 6-2.2.2 Phase II. Phase 11 consists of installing 8 inch SDR 35 PVC sewer pipe from the terminafion of the HDD to the termination point of the sewer. The plan and profile for p phase 11 is shown on sheet 5, which includes installation of 4 additional manholes. 6-2.2.3 Phase III. Phase 111 consists of demolifion of the Vancouver Lift Station, all equipment and material salvaged form the demolition shall become the contractor's property. Details for the demolifion can be found on sheet 8 of the plans. Revised 8/10/10 Contract No. 5515 Page 84 of 157 6-2.3 Project Meetings. The Engineer will establish the fime and location of bi-weekly Project Meetings. The Contractor's Representafive shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as othenA/ise specified in Secfion 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavafion in the area of discovery and shall not confinue unfil ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such 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 notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Woric completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the enfire Contract, all money due the Contractor at the fime of its default shall be payable to the Surety as the Woric progresses, subject to the terms of the Contract. Revised 8/10/10 Contract No. 5515 Page 85 of 157 If the Surety does not assume control and perform the Work within 5 days after receiving nofice of cancellafion, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combinafion of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitie the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, govemment regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitafing cessation 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 time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitied to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitie the Contractor to an extension of time as provided in Secfion 6-6.2. 6-6.2 Extensions of Time. Extensions of fime, when granted, will be based upon the effect of delays to the Woric. 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 detennination of what damages the Contractor could have avoided will be made by the Engineer. Revised 8/10/10 Contract No. 5515 Page 86 of 157 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may othenA/ise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classificafion of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulafive durafion of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the nofice(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 completion of the CJontract shall be expressed in working days. The Contractor shall diligentiy prosecute the work to completion within 120 working days after the starting date specified in the Nofice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract fime as defined in Section 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 associa- fion, 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 woric force for cause as defined in Secfion 6-6.1. Unless OthenA/ise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract 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 Revised 8/10/10 Contract No. 5515 Page 87 of 157 also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Woric 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, tehriporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Woric the Engineer will cause a "Notice of Completion" 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 Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a wanranty bond for the one year warranty period. The Contractor shall replace or repair any such defecfive work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice, if the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's surefies shall be liable for the cost thereof 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for complefion of Woric, as adjusted in accordance with Secfion 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of one thousand ($1,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execufion of the Contract shall constitute agreement by the Agency and Contractor that one thousand $1,000 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Woric within the allotted fime. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and ufilize ail or part of any completed facility or appurtenance. The Contractor will be notified in wrifing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reciean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. Revised 8/10/10 Contract No. 5515 Page 88 of 157 In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulfing from the utillzafion of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet ali requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderiy, or othenA/ise objectionable, or who fails or refuses to perform work properiy and acceptably, shall be immediately removed from the Woric by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in secfion 10 of the Public Worics Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Secfion 3700 of the Labor Code which require every employer to be insured against liability for workers' com- pensation or to undertake self-insurance in accordance with the provi- sions of that code, and I will comply with such provisions before com- mencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. 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 cancellation of such policies Revised 8/10/10 Contract No. 5515 Page 89 of 157 for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days , before expiration or cancellafion 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 Compensafion Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carisbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until ali permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of ail 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 operations such as, but not limited to, those pennits required for night work, overioad, 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 Resource Agency Permits. There are no resource agency permits required for this project 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Woric site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Woric, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptiy and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid Revised 8/10/10 Contract No. 5515 Page 90 of 157 or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. The Contractor shall notify SDG&E and Telephone Company for service shutdown and removal of facilities form the existing Vancouver Lift Station in preparation for demolition. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulfing in mud on public streets will not be pennitted 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 restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work unfil the condifion is corrected. No addifional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effecfive 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 discretion, are necessary to preserve the health, safety and welfare of the public. Revised 8/10/10 Contract No. 5515 Page 91 of 157 Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, stmctures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Woric within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extennination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the Use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be inten-upted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, ^i^. wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water ' from any fire hydrant (except to exfinguish 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, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any. and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollufion. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 2010-0014-DWQ. National Pollutant Discharge Elimination System (NPDES) General Pennit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stonnwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The project requires a City of Carisbad Tier 2 Construction SWPPP. Appendix "F" provides the requirements for the SWPPP. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City. A qualified SWPPP preparer as Revised 8/10/10 Contract No. 5515 Page 92 of 157 described in Appendix ""F" is required for this project. All costs for preparing and implemenfing the Storm Water Pollufion Prevention and Monitoring Plans and coordinafion with the City shall be provided for under the bid item for the SWPPP.. The Nofice of Intent (NOI) shall not be filed for the project. 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 attention to the City Noise Control Ordinance, Carisbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protecfion of public and private property adjacent to the Woric and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, ufility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to exisfing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Woric. Prior to commencement of work on site, the contractor shall video tape along with photographs of the existing conditions in the work site and immediate surrounding areas verifying existing conditions prior to the start of construction. A digital version of the video and photographs shall be submitted to the City's engineer for review and approval prior to commencement of work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included In the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless Revised 8/10/10 Contract No. 5515 Page 93 of 157 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 stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless OthenA/ise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construcfion shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condifion satisfactory for traffic. Unless othenA/ise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company. Coast Waste Management at 929-9417. During overiay operafions, the Contractors schedule for overiay application shall be designated to provide residents and business owners whose streets are to be overiaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any constmcfion in the public right-of-way that affects vehicular traffic and/or paricing or pedestrian routes, the Contractor shall give written notificafion 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 notification shall be hand delivered and shall state the date and fime the work will begin and its anficipated durafion. The notification shall list two telephone numbers that may be called to obtain additional 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 Revised 8/10/10 Contract No. 5515 Page 94 of 157 code. An answering machine shall not be connected to either number. The notificafion shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Nofices shall not be distributed until approved by the Engineer. For residences, 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 contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notificafions, the contractor shall post no paricing signs 72 hours in advance of the work being performed. The no parking signs shall state the date and fime of parking restriction for a durafion not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no paricing signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notificafions shall be included in the contract price bid for traffic control and the Contractor will not be enfitied to any additional compensation for printing and distributing these notices. The contractor shall replace all street maricings and striping damaged by construction activities. The Contractor shall include in its Bid ail costs for the above requirements. 7-10.2 Storage of Equipment and Materials In Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Woric 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, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State. County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, 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 promptiy remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: Revised 8/10/10 Contract No. 5515 Page 95 of 157 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 Operations (760)602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and Including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be cleariy posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. Ail costs involved shall be included in the Bid. Traffic controls shall be In accordance with the plans. The California Manual on Unifonn Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original locafion. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole 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 construction traffic signs and control devices shall be maintained throughout the durafion of woric in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Secfion 214-5.Let seq. All temporary reflective channelizers shall conform to the provisions of Secfion 214-5.2 et seq. All paint for temporary traffic striping, pavement maricing. and curb maricing shall confonn to the provisions of Secfion 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne confonning to Secfion 210-1.6 for materials and Section 310-5 et seq. For workmanship. Waming and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by tfie Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stafionary 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 existing conditions. Care shall be used in performing excavafion for signs in order to protect underground facilities. All excavafion required to install Revised 8/10/10 Contract No. 5515 Page 96 of 157 stationary construction area signs shall be performed by hand methods without the use of power equipment Waming and advisory signs that are used only during woricing 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 option of the Contractor, shall be in confonnance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of daricness. they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fiuorescent 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 Woric Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping fiag tree with fiags. 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 woric closer than (insert minimum acceptable lateral safety buffer distance of 6', nor operate equipment within 2' from any trafllc lane occupied by traffic. For equipment, the minimum distance of 2' shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in perfonning 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. duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the enfire construction, a minimum of one paved traffic lane, not less than 12' wide, shall be open for use by public traffic. 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 woric 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 A Revised 8/10/10 Contract No. 5515 Page 97 of 157 System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliterafion of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centeriine pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattem for the area and is no longer required for the direction of public traffic. When ^*««»^ temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment ofthe temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Woric for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3. et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include ali TCP needed for the enfire durafion of the Woric. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to •f^ Revised 8/10/10 Contract No. 5515 Page 98 of 157 the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such 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 modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the woric with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders. Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. 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 Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. Revised 8/10/10 Contract No. 5515 Page 99 of 157 The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implemenfing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158. Title 8. CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address ail potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material infiow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards considerafion 8. Personal protecfive equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. 1 (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Secfion 5157, Tifie 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered pennit-required confined spaces until 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 implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on. about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. Revised 8/10/10 Contract No. 5515 Page 100 of 157 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the pa SECTION 8 - FACILITIES FOR AGENCY PERSONNEL (not used) SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless OthenA/ise provided in Specificafions. volumetric quanfifies 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. 5515 Page 101 of 157 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which 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 compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctiy represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quanfifies listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quanfifies of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. 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 Woric is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not V Revised 8/10/10 Contract No. 5515 Page 102 of 157 reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or OthenA/ise degraded in any way prior to acceptance of the Woric, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properiy executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Woric, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expirafion of 35 days from the date of acceptance of the Woric 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 properiy executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in wrifing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order woric and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment Is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an Revised 8/10/10 Contract No. 5515 Page 103 of 157 undisputed and properiy submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final 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. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspecfion, the Engineer will make a Final Payment Esfimate and process a corresponding payment. This esfimate 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 connection in the Final Payment Esfimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Esfimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the (infractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentafion in the aforementioned fime, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quanfifies or amounts not approved by the Engineer will be subject to resolufion as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable 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 estimate. 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 estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed Revised 8/10/10 Contract No. 5515 Page 104 of 157 for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor. 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounfing, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable fime such further informafion and details as may be required by the Engineer to determine the facts or contentions 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 resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Woric will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress 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 mobilization and preparatory Work will be made at the sfipulated lump-sum price bid therefore in the bid schedule, and includes full compensafion for furnishing all insurance, bonds, licenses, labor, materials, ufilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specificafions. The Contractor hereby agrees that the sfipulated lump sum amount is sufficient for Mobilizafion and Preparatory Woric, as described in this secfion. and that the Contractor shall have no right to additional compensation 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 ofthe Nofice to Proceed), forty percent (40%) of the amount bid for Mobilizafion And Preparatory Work will be allowed. For the second progress payment an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. Revised 8/10/10 Contract No. 5515 Page 105 of 157 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Mobilization (Bid Item 1) Lump Sum Fixed lump sum item for mobilization, including bonds, insurance and permits for ali work shown on Sheets 3 and 6. Clearing and Grubbing and Replacement (Bid Item 2) Lump Sum Work in general includes but is not limited to all construction activities related to clearing and gmbbing removing and replacement of ail landscaping, trees, shrubs, hardscaping. curb and gutter, etc.. associated with the open cut trenching in and along LanA/in Paric(Sheets 4 and 5) AC Saw Cut, Removal, Replacement (Bid Item 3) Square Feet Work in general includes but is not limited to all construction activities related to removing and replacement of asphalt at the open trench installations located on Vancouver Street, the parking lot of LanA/in Park and for the new manhole in Via De Canto Street (Sheets 3 and 5). Provide/Fuse/Test 10" DR9 HDPE Pipe (Bid Item 4) 875 Linear Feet Woric in general includes but is not limited to providing, fusing, internally de-beading and testing approximately 875 linear feet of 10" SDR-9 HDPE or 8" DR 14 FPVC pipe as required by Section 15150 or 15065 and in full compliance with the Contract documents. HDPE Fittings, Specials, Anchors (Bid Item 5) Lump Sum All Woric associated with fittings, specials, and anchors as required by the Contract Documents. Payment will be made at the lump sum price under this bid item. Horizontal Directional Drilling Installation (Bid Item 6) Linear Feet Installation of approximately 875feet of 10-inch SDR-9 HDPE or 8" DR 14 FPVC pipe via horizontal directional drilling between LanA/in Park to the cul-de-sac of Via De Canto Court (Sheets 3 and 4). Woric shall include all surface and downhole surveying work necessary for the HDD process. 8-in PVC Seer Pipe Supply and Open Trench Install (Bid Item 7) Linear Feet Provide approximately 598 linear feet of 8-inch PVC pipe and install in an open excavation trench between new Manholes at stations 9+74.77 to 15+72.22. (Sheets 4 and 5). Installation in general includes but is not limited to excavation, bedding and backfilling, and site protection measures in accordance with the Contract Documents. Furnish and Install 5-ft Diameter Manholes (Bid Item 8) Each Work in general includes furnishing and installing six (6) 5-foot diameter precast PVC lined sewer manholes per Carisbad Standard Drawing S-1 A, including reconfiguration of the channels at stations 1+00 and 15.72.22 and plugging of the exisfing 8" PVC outiet pipe for the new manhole located at station 15+72.22 per Plans (sheets 3, 5 and 7). Traffic Control (Bid Item 9) Lump Sum Work includes traffic control in Vancouver Street. Revised 8/10/10 Contract No. 5515 Page 106 of 157 Surveying (Bid Item 10) Lump Sum Work includes all survey and staking required for the Vancouver gravity sewer extension, excluding survey associated with the HDD installation. Testing and CCTV Inspection (Bid Item 11) Lump Sum Work includes pressure testing and CCTV inspection of the Vancouver gravity sewer extension. Demolish Vancouver Lift Station (Bid Item 12) Lump Sum Includes all work to demolish Vancouver Lift Station, including site restoration and cleanup (Sheet 8). Demobilization, Clean-up and Disposal (Bid Item 13) Lump Sum Payment shall include full compensation for all work associated with Demobilization, Clean-up, and Disposal for the Vancouver sewer extension at a lump sum price under this Bid Item, as required by the Contract Documents. SWPPP Preparation and Implementation Disposal (Bid Item 14) Lump Sum Payment shall include full compensation for all work associated with preparation of the project's storm water pollution prevention plan and the plans modificafions and implementation throughout the duration of the project. Revised 8/10/10 Contract No. 5515 Page 107 of 157 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Pemieable 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 penneable material shall confonn to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(B). When permeable material is required and the class or kind is not specified. Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless 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(lV2") — 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-|jm (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 {%") 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-iJm (No. 30) 5-15 SOO-um (No. 50) 0-7 75-Mm (no. 200) 0-3 Revised 8/10/10 Contract No. 5515 Page 108 of 157 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specificafion, July 1999, Section 26: Aggregate Bases. Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that It can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combinafion of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREAAENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's producfion, whichever is smaller. Revised 8/10/10 Contract No. 5515 Page 109 of 157 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class 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 Foundations and Survey Monuments 330-C-23 (560-C-3250) 100 (4") Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4") Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1 .1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4 Chemical Admixtures, (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protecfion of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's direcfions. Seal shall be compafible with the surfaces and materials which it is .^ni^ applied. Revised 8/10/10 Contract No. 5515 Page 110 of 157 Concrete sealer shall conform to the following specificafions: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 g/1) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condifion of surface and method of appiicafion. Method of: Airiess sprayer. Appiicafion Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direcfion. 201-1.2.4 Chemical Admixtures, (e) Air-entraining Admixtures. Subsfitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ^/4" continuous 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 continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Revised 8/10/10 Contract No. 5515 Page 111 of 157 Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. ^/ Provide joint sealants, joint fillers, and other related materials that are compafible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color 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 multi-component polyurethane 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 NPIl"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plasfic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of lOCC (375**F) to 205*'C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25X, 150 g, 5 s Flow, OOX ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°C Softening Point, ASTM D 36 82 X, min. Ductility, ASTM D 113 300 mm, min. 25X, 50 mm/min Flash Point, COC, **C ASTM D 92 288 °C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa s No. 27 Spindle, 20 rpm, 190X, ^^^^ Revised 8/10/10 Contract No. 5515 Page 112 of 157 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 gradation conforms to the grading as shown In Table 203-6.4.3 (A). Deviations In gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be detennined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addifion of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calit 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 representafive and adequate quantity of material for: 1. Asphalt Content and Gradafion of Extracfion using Calit Test 382 or ASTM 2172, and Calit Test 202. 2. Stability using: a. Hveem stability Value using Calit 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 +/-5. When using core sample analysis, the samples must be properiy prepared to safeguard against infiux of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage. add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. Revised 8/10/10 Contract No. 5515 Page 113 of 157 203-11 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 SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 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 Transportation Standard Plans RSI, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1m (7'). d) Unless othenA/ise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m^ (5 ft^)of sign area, or the signs may be installed on exisfing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall confonn to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stafionary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be detennined by the Engineer. Sign panels for stationary mounted signs shall consist of reflecfive sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stafionary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Tesfing of paint will not be required. Revised 8/10/10 Contract No. 5515 Page 114 of 157 Add the following secfion: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabillzafion of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525. Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the fiat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size detennined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld 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 addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) Outside Tolerance for All Sides at Corners mm (inches) 25x25 (1x1) 0.13 0.005 32x32 . (IV4XIV4) 0.15 0.006 38x38 (IV2XIV2) 0.15 0.006 44x44 (1^x1%) 0.20 0.008 51x51 (2x2) 0.20 0.008 56 X 56 (2'/IBX2^/I6) 0.25 0.010 57x57 (2V4X2V4) 0.25 0.010 64x64 (2V2X2V2) 0.25 0.010 51 x76 (2x3^ 0.25 0.010 TABLE 206-8.2(B) Nominal Outside Dimension mm (Inches) Squareness^^^ mm (Inches) Twist Permissible in 900 mm (3") mm^^^ (Inches)^^^ 25x25 (1x1) 0.15 0.006 1.3 0.050 32x32 (I-V4XI-V4) 0.18 0.007 1.3 0.050 38x38 (I-V2XI-V2) 0.20 0.009 1.3 0.050 44x44 (1-%x1-%) 0.25 0.010 1.6 0.062 51 x51 (2x2) 0.30 0.012 1.6 0.062 56x56 (2-^/i6x2-^/i6) 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 Revised 8/10/10 Contract No. 5515 Page 115 of 157 Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. i Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following 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 111 Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of 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 operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement. PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'). at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolafile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the Revised 8/10/10 Contract No. 5515 Page 116 of 157 information display to the speed of the approaching traffic. The flashing off fime shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at 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 recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specificafions, including current registration. Add the following section: 206- 9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 207 - PIPE Add the following section: 207- 25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overaii thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1(A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5.500 PSI) Elongation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTMD671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message repeat Manufacturing specifications Every 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LDPE Adhesives Manufacturing 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) Revised 8/10/10 Contract No. 5515 Page 117 of 157 TABLE 207-25.1(B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribufion, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Ufility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau. Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7,1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide 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 Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construcfion for remote and immediate hazards. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement anrows, cross walks, parking stall maricings and stop bars shall be alkyd thermoplasfic conforming to CALTFRANS Specificafion No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water bome paint and the molten thermoplastic material and shall conform ig the requirements of CALTRANS Specification No. 8010-004 (Type II). CALTF^NS Specifications for water borne paint, thennoplastic material and glass beads may be obtained from the CALTRANS Transportation 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 acidification of soil. Planfing tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. ,--1^, 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 Revised 8/10/10 Contract No. 5515 Page 118 of 157 San Mateo Counties shall not be used in the Work. Type IA Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type IA 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 IA 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): 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% DH 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 attesting that the organic soil amendment meets the requirements of these specificafions and that the tesfing agricultural laboratory does fulfill the requirements of "Western States Laboratory Proficiency Tesfing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Secfion 2-5.3.3. 212-1.2.5 Mulch for Hydraulic Method Seed Lawn Planting. Add the following: The terms Hydroseeding and Hydroseed shall be synonymous with Hydraulic for the purposes of Section 212. Disturbed Areas, planfing areas shall be mulched, fertilized and seeded using method B. Mulch shall be manufactured from virgin wood cellulose fiber mulch and shall not contain growth or germination inhibitors. When mixed with water, the mulch shall remain in uniform suspension and when blended with the seed, fertilizer, and other approved additives, shall fonn a homogeneous slurry. When applied, the fibers shall form a moisture absorbing membrane with adequate percolation properties sufficient to allow one hundred percent of water applied at the rate of 3.1 liters per minute per square meter (0.075 gallons per minute per square foot) onto a surface inclined at a 2:1 (horizontal: vertical) slope to pass through the membrane. A non-phyto-toxic wetting agent shall be added to the slurry mixture. A water soluble, non-toxic green dye shall be added in sufficient quantity to cleariy delineate the planted areas. When required, binder shall be added to the slurry mixture and shall be "CPA 4000", "AZTAC", "Ecology Control". "M-Binder". or approved equal. Add the following section: 212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table 212- 1.2.5.1(A) Revised 8/10/10 Contract No. 5515 Page 119 of 157 Table 212-1.2.5.1 (A) Component Applicati grams per sq. meter on Rate (pounds per acre) Virgin Wood Cellulose Fiber Mulch 225 (2000) Binder (1) 7 (60) Fertilizer (16-20-0) Ammonium Phosphate Sulfate. Plus 15% Soil Sulfur 35 (300) Wetting Agent Per Mfg. Recommendation Green Colorant Per Mfg. Recommendation (1) Required to be incorporated only when applied between the months of Nov. through Feb. Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer's specificafions and instmctions. Postemergent herbicide for all areas shall be Glyphosate. N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro. Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following secfion: 212-1.2.7 General Soli Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaS04 H2O) product - 94.3 percent 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20 0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. Add the following section: 212-1.2.8 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an "auxiliary soil chemical". Stabilizing emulsion shall be miscible with water at fime of mixing and application. 212-1.3 Seed. Add following: The quantity of pure live seed supplied shall meet or exceed the quantity shown in the specified mixes. Seed shall not contain more than 0.5 percent weed seed by volume Seed types shall be as specified on the plans and planfing legends, and shall be applied at the rates indicated. All brand-name, patented seed must be received by Contractor in original manufacturer's bag. Seed shall be received by Contractor in separate containers specifying kind, quantity, purity, and germinafion. Contractor shall provide the Engineer with each seed bag label used in the Work.' Add the following section: 212-1.3.1 Seed for Disturbed Areas. Hydroseeding mix for Disturbed Areas shall consist of no less than the seed varieties shown in Table 212-1.3.1 (A). -'^^^ Revised 8/10/10 Contract No. 5515 Page 120 of 157 Table 212-1.3.1(A) SEED FOR DISTURBED AREAS Seed Variety Applicati grams persq. meter on Rate (pounds per acre) Rose Clover 2.5 Festuca Megalura. Zorro Fescue 2.5 20 Eschscholzia Californica 0.35 3 Achillea Millefolia 0.45 4 Alyssum (Carpet Of Snow) 0.35 3 Dimorpholeca 0.25 2 drilling or broadcasfing immediately before hydraulic application of the remaining seed mix and mulch. 212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or In the special provisions and shall conform to the requirements of these specifications. Contractor shall nofify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in "A Checklist of Woody Ornamental Plants in California, Oregon and Washington" published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled cleariy as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law. before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer's decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show no evidence of having been restricted or deformed at any fime. Plants shall be well-grown, free from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately "overgrown", or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amendments shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defecfive and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in wrifing, at least 60 days before the planting operation has commenced. Revised 8/10/10 Contract No. 5515 Page 121 of 157 No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed in the approved manner for that species or variety, and ail necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. The Contractor shall notify the Engineer when plants are to be shipped to the project site. The notification shall be given not less than 10 days prior to the actual shipment date. Carpobrotus cuttings shall be 250 mm (10") or more in length and shall not be rooted. Delosperma cuttings shall be 150 mm (6") or more in length and shall not be rooted. Cutfings shall be fip cuttings from healthy, vigorous and strong-growing plants and shall be insect and disease free. Mature or brown-colored stem growths or cuttings which have been trimmed will not be accepted. Cuttings shall be planted not more than 2 days after cutting and shall not be allowed to dry or wither. Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice plant scale (Pulvinaria species). The Contractor shall notify the Engineer of the location where cuttings are to be taken at least 10 days prior to taking the cuttings and shall be responsible for ail permit and inspecfion fees involved in obtaining cuttings. 212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2") diameter turned iodgepole pine, pointed on their driven end. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent- biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 Ib./sy) With photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 lb/1000 sy) having an approximate mesh interval of 50 mm x 50 mm (2" x 2") on each face of the straw mat. The straw mat shall be sewn together with unidirecfional lines of cotton or polypropylene thread spaced approximately 50 mm (2") apart. Erosion control matting shall be "North American Green, DS150", "BonTerra S2", or approved equal. Add the following secfion: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1" x 6"), U-shaped 11-gauge mild steel staples. V Revised 8/10/10 Contract No. 5515 Page 122 of 157 Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than Im (39") in width. Root barriers shall be "Blobarrier", as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 615-847-7000, no substitutes will be accepted. 212-2 IRRIGATION SYSTEM MATERIALS. 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, add the following: Except as provided in this secfion, all buried piping in the imgation system shall be Installed with underground utility maricing tape confonning to the requirements of section 207-21 and identifying it as reclaimed water. Intennittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require underground utility marking tape. All PVC pipe used for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Painted pipe will not be accepted. Pressure mainline piping for sizes 50 mm (2") and larger shall be PVC having a pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. Stenciled pipe is required for all irrigation system piping including portions not required to be mariced with underground utility maricing tape. All pipe shall have stenciling appearing on both sides of the pipe with the maricing "Reclaimed Water" In 16 mm (V) high letters repeated every 300 mm (12"). PVC non-pressure buried lateral line piping shall be PVC Schedule 40. Add the following section: 212-2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the requirements of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 percent red brass fittings and connecfions. 212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked "RCV", "BV or "QC", "PB" respectively. Remote control valves shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be mariced with appropriate identification. Add the following section: 212-2.2.8 Bali Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass- reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm {Yz") to 50 mm (2") shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Each valve shall be tested, air under water, in the opened and closed posifion by the manufacturer. Ball valve must conform to Federal Specification WW-V-35B, Type II, Class A, Style 3, End Connection A or C. Add the following section: 212-2.2.9 Pressure Regulator Valve. Pressure regulator valve shall be bronze body with screw fitfing. Add the following section: 212-2.2.9 Wye Strainers. Wye strainers shall have a cast iron or all-bronze body with a removable stainless steel or monel strainer. Wye strainers shall be capable of withstanding a cold water working pressure of 1034 kPa (150 psi). Wye strainers at backflow preventer assemblies shall be equipped with a gate valve at the outlet. All other wye strainers shall be equipped with a garden valve at the outlet. The strainer screen for the wye strainer in a backflow preventer assembly shall have an open area equal to at least 3 times the cross-sectional area of the pipe based on an iron pipe size and shall be woven wire fabric with 850-pm mesh or perforated sheet with 1.14 mm (0.045") diameter holes. Revised 8/10/10 Contract No. 5515 Page 123 of 157 All other wye strainers shall be equipped with 425-|jm strainer screens. 212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Drip assemblies shall meet the following requirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-8 or approved equal as called on drawings, with four ports. Drip tubing for emitter outiets shall be Rainbird (RBT-160V), Saico, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, Saico, or approved equal. Bug cap for drip tubing shall be manufactured by Rainbird, Pepco, or approved equal. The drip pressure regulator shall be Rainbird, Netafim PVR, or approved equal. Drip emitter filter shall be Amiad, Rainbird, or approved equal. Drip emitter access boxes shall be Rainbird No. SEB-6X, Saico Subterranean Emitter Box, or approved equal. Check valves shall be of heavy-duty virgin PVC construction with FIP thread inlet and outiet. Internal parts shall be stainless steel and neoprene. Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (5' to 40') of head. All sprinkler heads that are without valves in the heads are to have an anfidrain valve feature and shall have an excess fiow feature, which will automafically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. 212-2.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be one of the approved reduced pressure principle devices listed by the California Department of Health Services, Division of Drinking Water and Environmental Management, 601 North 7th Street, Mailing Station (MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320. Backflow preventers shall be factory assembled and shall include 2 check valves, one pressure differential relief valve, 2 shut-off valves and 4 test cocks. Backflow preventer and valves shall be the same size as the pipeline in which they are installed, unless othenA/ise shown on the plans. Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either ... ' resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated butterfly valves. Threaded type shut-off valves shall be provided with a union on one side of each valve. Unions shall be brass or malleable iron. Add the following section: 212-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer: 1. Two control valve keys. 2. Two wrenches for removing each different type of sprinkler head. 3. Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as 4. the coupling valve. 5. Five keys for opening and locking each automafic controller and enclosure. Add the following section: 212-2.5 Flexible Hose.— Flexible hose shall be nonrigid polyvinyl chloride (nonrigid PVC) hose conforming to the specificafions of ASTM Designafion: D 2287, Cell-type 6464500. Wall thicknesses of nonrigid PVC hose shall confonn to Table 212-2.5(A) when determined in accordance with ASTM Designafion: D 2122. Revised 8/10/10 Contract No. 5515 Page 124 of 157 TABLE 212-2.5(A) FLEXIBLE HOSE Hose Size-Nominal Minimum Wail Thickness* Range (Millimeters) (Inches) (Millimeters) (Inches) (Percent) 15 5/ 3.73 0.147 12 20 U 3.91 0.154 12 25 1 4.55 0.179 12 *as measured at any point on the cross section. The hose shall provide leak-free, non-separating connections suitable for the purpose intended when connected to the fittings specified herein. Fittings for flexible hose shall be Injecfion molded PVC, Schedule 40, conforming to the specifications of ASTM Designafion: D 2466. Fittings shall be solvent cemented type. Solvent cement for flexible hose and fittings shall be of commercial quality specifically manufactured for use with nonrigid PVC hose. Primer for flexible hose fittings shall be the same as specified for plasfic pipe supply line fitfings. 212-3 ELECTRICAL MATERIALS. 212-3.1 General. Add the following: the 1996 National Electrical Code. All electrical materials shall conform to the requirements of 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automafic control valves shall be no smaller than No. 14 solid single conductor, copper wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket style UF (Direct Burial), or equal, color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid single conductor wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial). 212-3.3 Controller Unit Add the following: All controllers shall be grounded by one 19 mm (5/8") diameter by 3 m (10') long stainless steel grounding rod and a 50-ohm resistance lightning arrester. Add the following section. 212-3.4 Irrigation Electrical Service Equipment and Enclosures. shall incorporate the following elements: Electrical service equipment 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. One 100-amp, 120/240-volt, single-phase load center, as approved by the Engineer; One 100-amp rated commercial meter socket suitable for the San Diego Gas and Electric Company meter, with provision for test block bypass having a UL listing and EUSERC approval; One 15-amp circuit breaker for each irrigation controller energized by the service; One 20-amp circuit breaker for the duplex receptacle. The design, assembly, grounding, wiring, and components of the irrigation electrical service equipment and enclosure shall meet the requirements of the 1996 edition of the National Electrical Code. Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14-gage, or heavier, 304 stainless steel. The cabinet shall be of welded construction with a brushed finish; anchoring points shall be inside the enclosure. The cabinet shall be HYDROSAFE Model No. HS9, Strong Box, or approved equal. The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240-volt electrical service section from the Irrigation controller section. No wood components shall be used in the enclosure. Each section of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlock. Revised 8/10/10 Contract No. 5515 Page 125 of 157 11. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet. 12. The controller side door shall have provision for mounting control schematics without the use of adhesives or fasteners. The service side door shall have a clear acrylic plastic window to allow the electrical meter to be read. 13. The cabinet shall have a duplex 15-amp, 120-volt receptacle with ground fault interrupter protection mounted on the interior service side. 14. Concrete footings and pads supporting the Electrical service equipment shall be 560-C-3250 and shall be no less than 150 mm (6") thick. 15. Anchor bolts to secure the service equipment to the concrete pad shall be 10 mm (3^") diameter by 150 mm (6") long hot dip galvanized or stainless steel headed bolts with washers, without sleeves, confonning to section 304-1.7. Anchor bolts to secure the service equipment to the concrete pad shall be embedded in the concrete stab between 65 mm and 100 mm (2>^" and 4"). SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Table 213-2.1(A) Add the following: Geotextile types shali be used for the applications listed in Table 213-2.1(A) GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (% Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (!4 Ton) 250N Plant Protection 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 Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be buriap type, filled with no less than 23kg (50 lbs) of 19 mm (%") crushed rock and securely fied closed. Plasfic bags are not acceptable. Revised 8/10/10 Contract No. 5515 Page 126 of 157 SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following secfion: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement maricers 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 Davidson Traffic Control Products, 3110 70* Avenue East, Tacoma, Markers WA 98424, (877) 335-4638 Add the following section: 14-5.2 Permanent Reflective Channelizer. Refiecfive Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locafions shown on the plans. Reflecfive channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflecfive sheeting shall be 75 mm x 300 mm in size. The reflective sheefing shall be visible at 300 m at night under illuminafion of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit. A Division of Energy Absorption Systems. Inc. 35 East Wacker Drive. Suite 1100 Chicago. IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites. LLC Carsonite "Super Duck" SDR3036 605 Bob Gifford Boulevard Early Branch. SC 29916 (800)648-7916 Repo "The Replaceable Post" Western Highway Products Repo "The Replaceable Post" 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Secfion 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and confonn to the prequaiified 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. 5515 Page 127 of 157 SECTION 215-FENCING Add the following secfion: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4' high, orange colored plastic construction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from - 58F degrees to 194F degrees. Color shall be non-fading. Posts shall be 6'-6" long, shall be spaced no more than lO'-O" apart and buried portion shall be no less than 2'-6" deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose intended, as determined by the Engineer. Materials may be commercial quality providing the dimensions and sizes of the materials are equal to, or greater than, the dimensions and sizes specified herein. Posts shall be either metal or wood at the Contractor's opfion. Galvanizing and painfing of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. Revised 8/10/10 Contract No. 5515 Page 128 of 157 ^ SUPPLEMENTAL PROVISIONS w 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 objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently 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 objectionable 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, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and ^ gmbbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless othenA/ise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properiy compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General, add the following: Unclassified excavafion shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other ufilities. disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavafion shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and 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. Revised 8/10/10 Contract No. 5515 Page 129 of 157 300-2.2.1 General, add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The exisfing loose soils shall be removed by the Contractor unfil a firm unyielding surface is exposed or to a depth detennined 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 specifications except that secfion 300-4.9. Measurement and Payment, shall not apply. 300-2.2.1 General, add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of rework, and place unsuitable soils at specific locations or elevations on the site. Add the following secfion: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered 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 additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavafion unless it is considered OthenA/ise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes, add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes, add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material, add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in 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 specifications. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades ,^m^ shown on the plans. Subgrade tolerances shall confonn to the requirements of section 301-1.4 SSPWC. Revised 8/10/10 Contract No. 5515 Page 130 of 157 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General, add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from ail 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 300-3.6 Payment, add the following: Dewatering shall be paid for as an incidental to structure excavafion and backfill and no additional compensafion will be made therefore. 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 ail fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure Dl 557-91. 300-4.4 Benching, add the following: Benching shall conform to The City of Carisbad Supplemental Standard Drawing GS-14. 300-4.5 Placing Materials for Fills, add the following: The Contractor shall perform grading such that the upper 900 mm (3') of fill placed in the roadway pavement area is composed of properiy compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properiy 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 Officials. 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 construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and 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 mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of 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. Revised 8/10/10 Contract No. 5515 Page 131 of 157 300-4.7 Compaction, add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.8 Slopes, add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals no greater than 600 mm (2') or shall be built and cut back to finish grade. In addition. If not over built and cut back, the face of the slope shall be track walked upon completion. 300-4.9 Measurement and Payment, delete and substitute the following: Unclassified fill, grading, shaping, compacfing or consolidafing, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclassified excavafion, and no additional payment will be made therefore. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported bon^ow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300-5.2.1(A) and the following requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of less than 75 mm (3"). Rock included below the top 1 m (3') of imported borrow shall be particles of less than 150 mm (6"). TABLE 300-5.2.1 (A) IMPORTED BORROW PROPERTIES Tests Test Method No. Requirements R-Value Calif 301 40 Min. Expansion Index UBC Standard 18-2 10 Max. Plasticity Index ASTM D 424 4 Max. Sieve Analysis ASTM D 422 Percent Passing 75n (No. 200) 15 Max. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Pracfices, as defined herein, and to properiy control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect ail areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construcfion entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construcfion period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during Revised 8/10/10 Contract No. 5515 Page 132 of 157 the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavafion areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilifies and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned pennanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavafion, and no additional compensation will be allowed therefore. 300-11 STONEWORK FOR EROSION CONTROL. 300-11.4 Payment. Delete and replace as follows: Rock protection will be paid for at the lump sum contract Price Bid for rock protection, complete and in place, in accordance with the details and requirements of the plans and specifications. 300-12 ROCK SLOPE PROTECTION FABRIC. Add the following secfion: 300-12.1 Preparation of Subgrade. Prior to placing rock slope protecfion fabric the Contractor shall clear the surfaces upon or against which rock slope protection fabric is to be placed of loose or extraneous material and sharp objects that may damage the fabric during Installation. Equipment or vehicles shall not be operated or driven directly on the rock slope protection fabric. Rock slope protection fabric damaged during placement shall be replaced or repaired by the Contractor at its expense as directed by the Engineer. Add the following section: 300-12.2 Placement. The Contractor shall place rock slope protection fabric prior to placing rock slope protection. The Contractor shall grade surfaces to be covered by rock slope protection so as to provide full support for the fabric. Rock slope protection fabric shall conform to the provisions in Section 213-2, "Geotextiles," and shall be placed by the Contractor in accordance with the details /\ Revised 8/10/10 Contract No. 5515 Page 133 of 157 shown on the plans and as specified herein. The Contractor shall handle rock slope protection fabric with care that it is not torn or stretched and place it in accordance with the manufacturer's recommendations, these specifications and as directed by the Engineer. The Contractor shall place and fit rock slope protection fabric loosely upon or against the surface to receive the fabric so that the fabric conforms to the surface without damage when the cover material is placed. Rock slope protection fabrics shall be joined, at the option of the Contractor, either with overiapped joints or stitched seams. When fabric is joined with overlapped joints, all adjacent borders of the fabric shall be overlapped not less than 610 mm (24"). The fabric shall be placed such that the fabric being placed shall overiap the adjacent section of fabric in the direction the cover material is being placed. When the fabric is joined by stitched seams, the fabric shall be stitched with yarn of a contrasting color. The size and composition of the yarn shall be as recommended by the fabric manufacturer. The number of stitches per 25 mm (1") of seam shall be 6 ± 1. The strength of stitched seams shall be the same as specified for the fabric, except when stitched seams are oriented up and down a slope the strength shall be a minimum of 80 percent of that specified for the fabric. Fabric damaged beyond repair, as determined by the Engineer, shall be replaced by the Contractor and no additional payment will be made therefore. Repairing damaged fabric shall consist of placing new fabric over the damaged area. The minimum fabric overiap from the edge of the damaged area shall be 1 m (3') for overlap joints. If the new fabric joints at the damaged areas are joined by stitching, the stitched joints shall conform to the requirements specified herein. Damaged fabric that is suitable for repair, as determined by the Engineer, shall be repaired by the Contractor and no additional payment will be made therefore. Add the following section: 300.12.3 Measurement and Payment. Payment for rock slope protection fabric will be included in the unit and/or lump sum prices for items which have said fabric in their design and no additional payment will be made. Measurement and payment for rock slope protection fabric shall conform to ^***S the requirements of section 300-8.1.2. — 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Stonn Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the City of Carisbad's requirements for a Tier 2 SWPPP as defined in Appendix "P and "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Stonn Water Quality Association, Stormwater Best Management Practice Handbook. Construction ("Handbook"), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement Revised 8/10/10 Contract No. 5515 Page 134 of 157 time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13.1.3 Payment. Payment for Preparation, implementation and management of SWPPP shall be based on the specified bid item for the SWPPP. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the durafion of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless othenA/ise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Secfion 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabillzafion practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regulariy inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properiy implemented, and to ensure that the control measures are funcfioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. •4^ Revised 8/10/10 Contract No. 5515 Page 136 of 157 During the winter season, inspecfions of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an idenfified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. 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 subsfitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined byASTM 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, operations 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 vegetafion 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 secfion 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treatment of the areas to be surfaced and no extra payment will be made therefore. Public Convenience and Traffic Control. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all Revised 8/10/10 Contract No. 5515 Page 137 of 157 property addresses withm 500^ of the work. Obrairiing the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the appropriate information specific to the work inserted at the locations indicated in the brackets and italicized. {Name of Contractor {Address of Contractor! {Contractor's License Numbei) {Date) As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be (insert type of resurfacing), beginning in two or three weeks. This process requires that your street be closed for (X iiours) starting at 7:00 a.m. and continuing until the Contractor removes the traffic control devices. You will be notified 72 hours in advance of the day your street will be closed by a brightly colored 3 Vz" x 8 Vz" card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the street until it is opened by the Contractor. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting. If you don't plan to leave your home before 7:00 a.m. on the day your street wiii be surfaced, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the newly surfaced street or you may have black residue on the bottom of your shoes. The residue may damage some surfaces, may mark surfaces that you track it on, and may be very difficult to remove. {Name of Contractot) is the Contractor that will be performing the resurfacing work for the City and you may call them at {24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. On the day your street is surfaced mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 Va" x 8 Va" card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 602- 2780. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated.^' Revised 8/10/10 Contract No. 5515 Page 138 of 15/ During operations, the Contractor's schedule for resurfacing shall be designed to provide residents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or paricing or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the notification which shall state the date and fime the woric will begin and its anticipated durafion. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For door hangers, the notificafion shall be pre-cut in a manner that enables it to be affixed to a dooricnob 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 infonnation specific to the work inserted at the locafions indicated in the italicized font. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for Traffic Control and the Contractor will not be entitied to any additional compensation for printing and distributing these notices. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and tennini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.5 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 automafic 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-time screed men during all paving. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations 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 Revised 8/10/10 Contract No. 5515 Page 139 of 157 directed by the Engineer. modify as follows: After last paragraph, add: Unless directed othenA/ise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the 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 operafion. 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 shali 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 ail 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 completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. Add the following secfion: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with secfion 300-1.3, compacfion of existing subgrade in conformance with section 301-1, grading and compacfion of base material in conformance with secfion 301-2, application of grade SS-lh emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following 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 existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for esfimating purposes only, final quantity will be as measured in the field. The Engineer will designate and marie the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as mariced. The area so cut shall have two of the sides at right angles to the direction of trafllc. 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-1 h 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 subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsecfion 302-5.6.2 SSPWC. Add the following secfion. Revised 8/10/10 Contract No. 5515 Page 140 of 157 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245*^0 (475*F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot Sealant shall be applied when the pavement surface temperature is greater than 4*0 (40*'F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are cleariy mariced with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the exisfing pavement All excess sealant shall be removed from the crack with a minimum overiap onto adjacent pavement. Add the following section: 302- 11.4. Measurement and Payment. Quantifies of full depth asphalt concrete patch and crack sealing set forth in the bid item are for estimating purposes only, final quanfity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for resurfacing shall include post emergent herbicide treatment. Full compensation for conforming to the requirements of constructing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (1') thick secfion of exisfing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1 h asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefore. Full compensation for confonning to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303- 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 directiy above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face h larkings Type of underground facilifies Marking Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve W S RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be corisidered as confinuing 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. Revised 8/10/10 Contract No. 5515 Page 141 of 157 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" - 10 guage wire mesh throughout Add the following: 303-6.6 Measurement and Payment. Payment for colored, stamped concrete paving shall be paid under the contract unit price bid per square foot for median concrete paving. Said payment shall include compensation for all excavation, grading, backfill, permeable material, forming, mesh, reinforcing steel, concrete, integral color, texture sealers, and other material necessary to construct the specific paving. 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 section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in appiicafion and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless othenA/ise approved by the Engineer. ..^-i.^ It is recognized that to accommodate excavafion work, steel plate bridging may be necessary. All t conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as condifions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ APT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (moJn) + SLOPE X 100] X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administrafion (FHWA) Manual on Unifonn Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be ufilized at the site being considered. WEEKEND = total number of Saturdays. Sundays and holidays that the plates will be ufilized at Revised 8/10/10 Contract No. 5515 Page 142 of 157 the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday. Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a dis- tance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50. steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulafions require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, subsfitufion of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properiy completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic 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 discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may. at the contractor's option. Revised 8/10/10 Contract No. 5515 Page 143 of 157 be mixed with no more that 50%, by volume, of Type 1 aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x %") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover ail 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 option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width Minimum Plate Thickness 0.3 m (10") 13 mm (V) 0.6 m (23") 19 mm (V) 0.8 m (31") 22 mm (Va") 1.0 m (41") 25 mm (1") 1.6 m (63") 32 mm (1 %") (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per 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 friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for. or because of the use of steel plate bridging. 306-1.2.1 Bedding. All installation of and bedding for recycled water, or potable water mains shall conform to Carisbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. Revised 8/10/10 Contract No. 5515 Page 144 of 157 306-1.3.1 General, add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements, delete Section 306-1.3.4 and replace with the following: The Contractor shall 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, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfacing." the Contractor shall perform permanent trench resurfacing within 24 hours after the complefion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation, add the following: Payment for ufilities undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (%") 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 existing abandoned pipelines and conduits of any type, or use. and pipelines and conduits of any type, or use. that are abandoned during the course of the work and shall replace said pipelines and conduits with properiy compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Gmbbing. and no additional payment will be made. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.3.2 Fertilization and Conditioning Procedures, add the following: The Contractor shall cultivate the surface of all areas to be planted or hydroseeded by discing, ripping or scarifying the finish grade. After cultivafion the Contractor shall clear the planting areas of stones to the depth of culfivation and shall be rake the planfing areas to a smooth friable and plantable surface. The Contractor shall cultivate all planting areas, except slopes steeper than 3-1/2:1 (horizontal to vertical), to a depth of 300 mm (12"). The planfing areas that are slopes steeper than 3-1/2:1, shall be culfivated to a depth of 150 mm (6"). After culfivation, the soil amendments shown in table Revised 8/10/10 Contract No. 5515 Page 145 of 157 308-2.3.2(A) shall be thoroughly blended 150 mm (6") deep in all planting areas. Except for planting pits the cultivation depths are designated as the root area. Backfill for planting pits shall conform to the requirements of section 308-4.5. After surface preparation and application of the soil amendments shown in Table 308-2.3.2(A) the Contractor shall obtain a minimum of one test for each soil property listed in Tables 308-2.3.2(B) and 308-2.3.2(C) from each median planter, at least one test per 150 m (500') from each parkway and for each hectare (2.5 acres) of hydroseeded area and shall submit the results of said tests to the Engineer. The Contractor shall then adjust the soil properties to the acceptable ranges of soil properties shown in Tables 308-2.3.2(B) and 308-2.3.2(C) using such materials and methods as may be necessary. Organic soil amendment materials shall not be included in the samples used to determine compliance to the soil particle gradation requirements of Table 308-2.3.2(0). If adjustments are necessary the soil shall be tested by the Contractor after such adjustments for each soil property listed in Table 308-2.3.2(B) and 308- 2.3.2(C) to detennine that the adjustments to the soil made by the Contractor result in soil properties within the acceptable range. The Contractor shall adjust the soil properties and show acceptable ranges prior to any planting or application of hydroseed slurry. Prior to the start of any planting or application of hydroseed slurry the surface and root area shall be evenly and thoroughly moistened to no less than 75 percent of field capacity. The Contractor shall certify. In writing, that the ground surface has been prepared in accordance with this section and shall request inspection by the Engineer prior to any planting or seeding. The Contractor shall obtain the Engineer's approval before any planting or hydroseeding. TABLE 308-2.3.2(A) SOIL AMENDMENTS Soil Amendment Metric Application Rate Approx. U.S. Application Rate Agricultural Gypsum 500 g per square meter 100 lbs. per 1,000 square feet Iron Sulfate 50 g per square meter 10 lbs. per 1,000 square feet ^'^^ Calcium Carbonate Lime 500 g per square meter 100 lbs. per 1,000 square feet ^ Organic Soil Amendment 0.04115 cubic meters per square meter (average depth 41 mm) 5 cubic yards per 1.000 square " feet (average depth 1 ^s") TABLE 308-2.3.2(B) SOIL PROPERTIES Soil Property Acceptable Range Test Method Repeatability Range of Test pH 6.5 to 7.3 Saturation Paste pH ±0.1 pH Dissolved Salts (EC.) < 4.0 dS m"' Saturation Paste Soluble Salts ± 7% Liquid Limit N/A to 30 ASTM D 423 ± 2 Plasticity Index NPtolO ASTM D424 ± 2 TABLE 308-2.3.2(0) SOIL PARTICLE GRADATION Sieve Siize Percent Passing 19 mm(V) 100 9.5 mm (%") 95-100 4.75 mm (No. 4) 60-85 1.89 mm (No. 10) 40-75 475 nm (No. 40) 35-70 75 urn (No. 200) 30 - 70 For areas to receive planting of all types, excluding only hydroseeding, the Contractor shall amend the prepared soil by blending 200 g of 7-7-7 fertilizer per square meter (40 lbs. per 1,000 square Revised 8/10/10 Contract No. 5515 Page 146 of 157 feet) into the top 150 mm (6") of soil after the completion of adjustment of soil properties and acceptance of the planting area by the Engineer. The Contractor shall apply post-plant 12-4-6 fertilizer at the rate of 20 pounds per 1,000 square feet, 30 days after planting and every 30 days through the end ofthe maintenance period. 308-2.4 Finish Grading., add following: The Contractor shall prepare the finish grade in hydroseed slope areas with a moderately rough texture to provide a suitable surface for adherence of the hydroseed mix. 308-4 PLANTING. 308-4.1 General, add the following: The Contractor shall perform actual planfing during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice and as approved by the Engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field capacity. The Contractor shall obtain the Engineer's approval of planting pits before planting operations begin. For pit planted vegetation when the soil moisture level is found to be insufficient for planting, the Contractor shall fill the planfing pits with water and allow them to drain before starting planfing operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. The Contractor shall plant and water all plants as herein specified immediately after removal from their containers. Containers shall not be cut prior to placing the plants in the planting area. It shall be the responsibility of the Contractor to provide continuous horticultural services and temporary and/or permanent irrigation to all planted and hydroseeded areas so that the planted and hydroseeded vegetation is 100 percent healthy and thriving prior to, and throughout the, landscape maintenance period. 308-4.2 Protection and Storage, add the following: The Contractor shall submit a sheltered and secure location for on-site plant storage area for the Engineer's approval prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or othenA/ise damaged shall be rejected at any time during the project, whether in the ground or not All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. 308-4.3 Layout and Plant Location, modify as follows: Planting areas shall be staked by the Contractor and the Contractor shall obtain the Engineer's approval of the planting layout before planting operations begin. 308-4.5 Tree and Shrub Planting, add the following: The Contractor shall amend the backfill for planting holes to a thoroughly blended mixture of clean loamy soil meeting the requirements of Tables 308-2.3.2(B) and 308-2.3.2(0) and then blend the amendments listed in Table 308-4.5(A) into the backfill for planting holes. Revised 8/10/10 Contract No. 5515 Page 147 of 157 TABLE 308-4.5(A) BACKFILL AND AMENDMENTS FOR TREE AND SHRUB PLANTING Soil Amendment Metric Application Rate Approx. U.S. Application Rate Agricultural Gypsum 18 kg per cubic meter 30 lbs. per cubic yard Iron Sulfate 600 g per cubic meter 1 lb. per cubic yard Calcium Carbonate Lime 6 kg per cubic meter 10 lbs. per cubic yard Organic Soil Amendment 0.67 cubic meters per cubic meter % cubic yards per cubic yard Planting Tablets ^ 1 per 100 mm dia. pot container 1 per 4" dia. pot container Planting Tablets ^ 2 per 19 liter container 2 per 5 gal. container Planting Tablets ^ 1 per each 50 mm width of each box- size container 1 per each 2" width of each box- size container ^ Planting tablet requirements are not cumulative and apply to the size container indicated Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of and In the presence of the Engineer. Cuts over 19 mm (%") shall be painted with an approved tree wound paint. 308-4.6 Plant Staking and Guying, add the following: The Contractor shall install all boxed trees per drawings L-1 and L-2 of the San Diego Regional Standard Drawings unless details shown on the project plans differ therefrom. 308-4.8.2(b) Method B. add the following: The Contractor shall prepare hydroseeding slurry on the job site. Slurry additives shall arrive at the site in bags sealed and properiy identified by the manufacturer. All specified addifives and water shall be added on the job site at the rates specified and shall be thoroughly mixed at the job site. The Contractor shall add seed to the slunry after the fiber mulch has been thoroughly incorporated. The Contractor shall spray all areas with a uniform, visible coat using the green color of the mulch as a guide. The Contractor shall apply the slurry in a sweeping motion, in an arched stream so as to fall like rain allowing the mulch fibers to built on each other unfil a good coat is achieved and the material is spread, evenly, at the required rate per area. The Contractor shall use care not to drag spray hoses over container planted material and shall attempt to spray from the edges of the planfing areas wherever possible. Any slurry mixture which has not been applied to the planfing areas within four (4) hours after mixing is be rejected and removed from the project at the Contractor's expense. Any slurry spilled into areas outside the limits of work shall be cleaned up at the Contractor's expense to the safisfacfion of the Engineer. The Contractor shall assure that the site is properiy prepared. The Contractor shall repair all tire ruts created by the equipment. Areas needing grading repair prior to hydroseeding shall be blended and fioated to match surrounding grades. Areas having less than 80% plant coverage within thirty (30) days after the inifial application shall be reseeded every twenty (20) days until 80% of the ground surface is evenly covered by hydroseeded or subsequently reseeded growth. Add the following section: 308-4.8.3.1 Weed Eradication. The Contractor shall water all irrigated areas to be hydroseeded for three (3) weeks prior to hydroseeding to allow for germination of the weed seeds. The Contractor shall spray all weeds with a post emergent herbicide immediately after the completion of the three week irrigation period. After two (2) weeks, the Contractor shall again eradicate the weeds and complete the preparation of the soil prior to the application of the hydroseed mixes. Add the following section, 308-4.10 Erosion Control Matting Installation Revised 8/10/10 Contract No. 5515 Page 148 of 157 Add the following section, 308-4.10.1 General. Before installation of erosion control matting the Contractor shall complete all soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting. Add the following section: 308-4.10.2 Coordination with Hydroseeding. Erosion control matting shall be installed by the Contractor immediately after the first application of hydroseed materials. In all cases the Contractor shall place the erosion control matting within three days after the first hydroseed material application. Should any seed in the hydroseed materials begin to germinate within the three-day period after application or before the installation of the erosion control matting, the installation of the erosion control matting shall be considered as late and the Contractor shall disc the hydroseed materials into the top 100m (4") of the underiying soil, condition the soil for hydroseeding, apply hydroseeding materials at the rates and of the type specified and then install the erosion control matting. No additional payment will be made for second or subsequent hydroseed applicafions resulting from late installation of erosion control matting. Add the following section: 308-4.10.3 Installation. The Contractor shall install erosion control matting using the following techniques: 1. Begin at the top of the slope by placing the erosion control matting into a 150 mm (6") wide by 150 mm (6") deep trench with the end of the matting laid fiat in the bottom of the trench 2. Anchor the end of the erosion control matting with erosion control mat staples spaced no more than 300 mm (12") on centers placed at the intersection of the bottom and the downhill vertical face of the trench. 3. Roll the erosion control matting down the slope. 4. Staple the erosion control matting on an alternating grid consisting of three across and two across lines of staples in horizontal lines spaced 900mm (3') on centers. 5. Erosion control mat so stapled shall be spaced such that no less than 1 VA staples per square meter {VA staples per square yard) are provided to anchor the erosion control matting. 6. Start the adjacent erosion control mat as in Item 1. of this section, overiapping the previously placed mat by no less than 50 mm (2"). 7. Staple placement may be such as to use the staples used to secure the adjacent mat to secure both mats along their edges. 308-5 IRRIGATION SYSTEM INSTALLATION. 308-5.1 General, add the following: The Contractor shall apply irrigation water as often and in sufficient amounts, as conditions may require, to germinate and establish the seed and keep the container plants healthy and growing. The Contractor shall lay out lines, valves, and other underground utilities and receive the approval of the Engineer before digging trenches. The (Contractor shall be responsible for damages caused by its operations. Connections shall be made at approximately the locations shown on the drawings. The Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-use water lines must be obtained 48 hours in advance, as to the date, time and exact length of time of each shut-off. The Contractor shall demonstrate that the entire irrigation system is under full automatic operation for a period of seven days prior to any planting. 308-5.2 Irrigation Pipeline Installation, add the following: The Contractor shali install all pressure main line piping from the irrigation system so as to maintain 3.1 m (10') minimum horizontal separation from all potable water piping. Where reclaimed and potable water pressure mainline %^ piping cross, the reclaimed water piping shall be installed below the potable water piping, sleeved in a pressure rating of 200 PSI SDR 21 "Alertline" PVC sleeve which extends a minimum of 3.1 m (10') Revised 8/10/10 Contract No. 5515 Page 149 of 157 on either side of the potable water piping and be located to provide a minimum vertical clearance of 300 mm (12") between the reclaimed and potable water lines. Conventional (white) PVC pipe Schedule 40 may be used for sleeving material if it is taped along its entire length with 75 mm (3") wide purple warning tape which reads "Caution Reclaimed Water". For trenching through areas where topsoil has been spread, the Contractor shall deposit topsoil on one side of trench and subsoil on opposite side. Sulisoil shall be free of all rocks 13 mm (14") in diameter or larger, debris, and litter, prior to use as backfill. The Contractor shall repair any leaks and replace all defecfive pipe or fittings until lines meet test requirements. The Contractor shall not cover any lines unfil they have been inspected and approved by the Engineer for tightness, quality of workmanship, and materials. The Contractor shall not be backfill trenches unfil all required tests and observations are performed. Observations include sprinkler heads, all fitfings, lateral and mainline pipe, valves, and direct burial wire. 308-5.2.3 Plastic Pipeline, add the following: The Contractor shall store all pipe and fittings under cover until used, and all pipe and fittings shall transported in a vehicle with a bed long enough to allow the length of pipe to lay fiat so as not to be subjected to undue bending or concentrated extemal load at any point. Pipe ends and fittings shall be wiped with MEK. or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be beveled to remove burrs and excess before fitfing and gluing together. The Contractor shall center load pipe with small amount of backfill to prevent arching and slipping under pressure. Joints shall be exposed for inspection during testing. Plastic-to-plastic joints shall be solvent-welded, using only solvent recommended by pipe manufacturer. Add the following section: 308-5.2.6 Installation of Brass Pipe. The Contractor shall cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. The Contractor shall ream and remove rough edges or burrs on all pipe so that smooth and unobstructed flow is obtained, place Teflon tape, Teflon dope, or approved equal on male threads only, and tighten to prevent any leakage. The (Contractor shall fighten screwed joints with tongs or wrenches. Caulking is not permitted. Add the following section: 308-5.3.1 Valves, add the following: The Contractor shall install each control valve in a separate valve box with a minimum of 300 mm (12") separation between valves and 150 mm (6") from any fixed object or stmcture. Add the following section 308-5.3.2 Valve Boxes. The Contractor shall install no more than one valve per box. All boxes are to be marked as to the type of valve. Remote control valve boxes shall also indicate control station number. Add the following section: 308-5.3.3 Backflow Preventer. The Contractor shall install backflow preventer assembly in accordance with manufacturer's specifications and as directed on drawings. Exact location and positioning shall be verified on the site by the Engineer. 308-5.4.4 Sprinkler Head Adjustment, add the following: The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent overspray onto walks, roadways buildings, walls, and other structures. Add the following section: Revised 8/10/10 Contract No. 5515 Page 150 of 157 308-5.4.5 Drip Assembly. The Contractor shall install drip emitter filter on the supply side of all electric pressure regulating control valve for all emitter systems. The Contractor shall install a flush %ipr valve on the discharge side of all drip laterals. 308-5.5 Automatic Control System Installation, add the following: The Contractor shall install all portions of the electrical installation with materials and methods conforming to the requirements of the 1996 National Electrical Code. The Contractor shall provide no less than one control wire and one common ground wire to service each valve in system. 308-5.6.3 Sprinkler Coverage Test, add the following: This test shall be accomplished before any ground cover is planted. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Add the following: For hydroseeded areas, median planting and mitigation area, The Contractor shall maintain said areas for period of no less than 120 days or until final acceptance of the project, whichever is the greater. Mowing is not required for hydroseeded areas. The Contractor shall provide complete landscape maintenance of all planted areas. The woric shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, supplementary fertilization, repair of imgation systems, and control of diseases and pests. The Contractor shall submit a written plan to control weeds, disease, and pest infestations in the planting areas. The submittal shall confonn to the requirements for shop drawings as specified in section 2-5.3 et seq. of the specifications. The Engineer shall approve all methods and materials for such control. Upon approval, the Ciontractor shall implement the control measures, exercising extreme caution in using pesficides and taking all steps to ensure the safety of the public. Only licensed personnel will be pennitted to perfonn toxic spraying woric. During the plant establishment period, the Contractor shall fumish sufficient woricers and equipment on a daily basis to perform the woric required by this section. Any day when the Contractor fails to adequately cany out specified maintenance woric. as determined necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas which are damaged by constmction shall be repaired by the Contractor within twenty (20) days following completion of construction in such. The Contractor shall repair such damaged areas. The repair shall consist of bringing the damaged area back to final grade, preparing the soil, replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. The Contractor shall provide temporary irrigation for hydroseeded areas for a minimum of 120 days to ensure adequate plant establishment Towards the end of the maintenance period, the Contractor shall gradually reduce the amount of imgation to allow plant adaptation to non-inigated conditions. Upon the approval of the engineer, the temporary irrigation system shall be shut off at the end of the maintenance period. The hydroseeded areas must have their growth of 80% established and the coverage must be evenly successful over the entire hydroseeded area and adequate to prevent erosion no less than 30 days before the end of the maintenance period. Should the coverage not be achieved the maintenance period shall be extended until the required coverage is achieved plus an additional 30 day period. The Contractor shall call for a final inspection 30 days before the end of the maintenance period and at the end of the maintenance period. Failure to pass inspection will result in an extension of the maintenance period. The Contractor shall continue to provide maintenance for such time necessary to obtain confonnance to the specifications. 308-7 GUARANTEE. Add following: The Contractor shall guarantee all 600 mm (24") box trees installed under the contract to live and grow for one year from the day of final acceptance of the contract work. The Contractor shall guarantee all other plant material, including ground covers to live and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the \^ contract woric, whichever is the later. The Contractor shall replace, at its expense, all plant material found to be dead, missing, or in poor condition during the maintenance period within 5 days of % F Revised 8/10/10 Contract No. 5515 Page 151 of 157 discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be i replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall . be made to the same specificafions required for the original plantings. The Contractor shall submit written vegetation, planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee form shall be retyped on the Contractor's letterhead and contain the following verbiage: "Guarantee For Vegetation, Planting and Irrigation System For (Project Name) We hereby guarantee that the vegetation, planting and irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defect in vegetation, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in section 308-7 of the Standard Specifications and the Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. . This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. Project: (Project Name) Location: (Legal Description of Project Property) Name of Contractor: Address: (Of Contractor) Telephone:: (Of Contractor) By: (Typed or printed names of signing Officer(s) ofthe Contractor authorized to bind the Contractor in legal matters) Title: (Of said officer(s)) Signature(s) Date of Execution:" SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painfing traffic lanes, direcfional arrows, guidelines, curbs, paricing lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essenfial for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or maricings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane Revised 8/10/10 Contract No. 5515 Page 152 of 157 more than 3 mm (Va") in 3 m (10') when measured parallel to the centeriine of the street or more than 6 mm (V4") in 3 m (10') when measured perpendicular to the centeriine of the street The use of L any equipment that leaves ridges, indentations or other ot)jectionable marks in the pavement shall ^""^ be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all exisfing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that confiict 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 fiow from the street into any stonn drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulfing from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of trafllc 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 maricings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight "^-^'^ stripes deviating more than 80mm per 100mm (1/2 inch in 50 feet) by wet grinding, and then correcting the maricings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are 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 maricings and pavement markings as shown on the plans and required by the specifications shall be included in the unit price bid for AC saw cut removal and replacement, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing 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 section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Revised 8/10/10 Contract No. 5515 Page 153 of 157 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 compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard 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 section: 312- 1.1 Refiective Channelizer Placement and Removal. The Contractor shall place and remove reflecfive channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment, tf the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313- 1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers. signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement maricers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instrucfions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and maricers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement maricers 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 maricers in areas where removal of the markers will '"j be required. Revised 8/10/10 Contract No. 5515 Page 154 of 157 Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheefing shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312- 1, "Placement" Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5. "Certification". Said certificate shall certify that the channelizers comply with the plans and specificafions and confonn to the prequaiified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313- 2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locafions shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the maricing is discovered during working hours, within 2 hours of such discovery of maricing. Add the following secfion: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following secfion: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painfing". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffifi, tire or vehicle marks, dirt or any and all materials such that said marics or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Revised 8/10/10 Contract No. 5515 Page 155 of 157 Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1. "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designafion: A 36/A 36M. The bolts shall conform to ASTM Designafion: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (%") thick plate welded on the upper end with a 5-mm C/^Q") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions In section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on finn. stable foundation. The foundafion shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substanfial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Trafllc Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P maricer panels shall conform to the provisions of section 206-7.2. "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite 111" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array 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 % Revised 8/10/10 Contract No. 5515 Page 156 of 157 less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the appiicafion as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown In CALTRANS Standard Drawings Tl and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement maricers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved In applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K). crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specificafion and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and refiectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for tiraffic control. Payment for installation and/or relocafion of K- rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. Revised 8/10/10 Contract No. 5515 Page 157 of 157 TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01010 Summary of Work 01039 Coordination and Meetings 01060 Safety and Health 01505 Mobilization 01530 Protection of the Work, Property and Existing Facilities 01700 Restoration of Improvements 01710 Cleaning DIVISION 02- SITE WORK 02050 Demolition and Removal 02200 Earthwork 02223 Trenching, Backfill, and Compaction 02510 Asphaltic Concrete Pavement DIVISION 03 - CONCRETE 03315 Grout 03460 Precast Concrete Manholes 03475 PVC Lining for Interior Concrete Surface of Manholes DIVISION 15 - MECHANICAL 15045 Testing of Gravity Sewer Pipelines 15063 PVC Gravity Sewer Pipe 15075 Horizontal Directional Drilling 15150 High Density Polyethylene Pipe SECTION 01010 SUMMARY OF WORK PART1 GENERAL 1.1 Work of this section A. The project consists of the replacement of the existing Vancouver lift station with gravity sewer pipelines. Replacement of the Vancouver lift station requires the installation of approximately 598 linear feet of 8-inch SDR 35 PVC pipe, approximately 875 linear feet of 10-inch DR9 HDPE using horizontal directional drilling techniques, and 6 new manholes. The project also includes the demolition of the Vancouver lift station. Restoration and or replacement of existing improvements damaged or impacted by construction activities resulting from the aforementioned sewer infrastructure work. B. Work is located: 1. In an easement between Vancouver St. Which includes the Hidden Canyon Community Park parking lot and the cul-de-sac of via de canto. 2. In a portion of Vancouver Street between Vancouver Lift Station and the driveway to Hidden Canyon Community Park. C. Materials are as follows: Material list (approximate values): 1. 875 If of (grey in color)10-inch DR9 HDPE pipe and appurtenances (see sheets 3,4 and 6). 2. 598 If of 8-inch SDR 35 PVC pipe and appurtenances (see sheets 4, 5 and 6). 3. Six (6), 5-ft diameter sewer manholes (see sheets 3 through 6 and associated details). 4. Demolition of Vancouver Lift Station (see sheet 8). PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION SUMMARY OF WORK 01010-1 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 General In addition to coordination requirements, this section includes information on the preconstruction meeting, the site mobilization meeting, progress meetings, and preinstallation meetings. 1.2 Coordination A. Coordinate scheduling, submittals, and work of the various sections of the Specifications to assure an efficient and orderiy sequence of installation of interdependent construction elements. B. Verify utility requirements and characteristics of operating equipment are compatible with building ufilifies. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate completion and clean up of work of separate sections in preparation for Substantial Completion and for portions of work designated for Owner's partial utilization. D. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. E. Coordinate with other contractors working onsite to avoid impacting their operations, and to insure that facility interfaces are properiy joined. 1.3 Preconstruction Meeting A. Prior to the commencement of work at the site, a preconstruction conference will be held at a mutually agreed time and place. The Contractor's Project Manager, its superintendent, and subcontractors as the Contractor deems appropriate shall attend the preconstruction conference. Other attendees will be: • Construction Manager • Representative of the Owner. • Governmental representatives as appropriate. • Design Consultants • Others as requested by the Contractor, Owner, or Construction Manager. B. Unless previously submitted to the Construction Manager, the Contractor shall bring to the conference information requested with the notification of the time and place of the preconstruction conference. C. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The complete agenda will be furnished to the SEPTEMBER 2012 CONTRACT 5515 COORDINATION AND MEETINGS VANCOUVER STREET HDD SEWER EXTENSION 01039-1 Contractor prior to the meeting date. However, the Contractor should be prepared to discuss all of the items listed below: Status of Contractor's insurance and bonds. Contractor's tentative schedules. Transmittal, review, and distribution of Contractor's submittals. Processing applications for payment. Maintaining record documents. Critical work sequencing. Field decisions and Change Orders. Use of project site, office and storage areas, security, housekeeping, and Owner's needs. Major equipment deliveries and priorities. Contractor's assignments for safety and first aid. D. The Construction Manager will preside at the preconstruction conference and will arrange for recording and distributing the minutes in written form to all persons in attendance. 1.4 Site Mobilization Meeting A. The Construction Manager will schedule a meeting at the Project site prior to Contractor occupancy. B. Attendance Required: Owner, Construction Manager, Contractor, Superintendent, and major Subcontractors. C. Agenda: Use of premises by Owner and Contractor. Owner's requirements and partial occupancy if applicable. Construction facilities and controls provided by Owner. Temporary utilities provided by Owner. Survey and building layout. Security and housekeeping procedures. Schedules. Procedures for testing. Procedures for maintaining record documents. Requirements for start-up of equipment. Inspection and acceptance of equipment put into service during construction period. Verification of existing utilities - potholing D. The Construction Manager will record minutes and distribute copies to all participants. 1.5 Procress Meetings A. The Construction Manager shall schedule and hold regular on-site progress meetings at least weekly and at other times as required by progress of the Work. The Contractor shall attend, and may also bring representafives of its suppliers, manufacturers, and subcontractors. SEPTEMBER 2012 CONTRACT 5515 COORDINATION AND MEETINGS VANCOUVER STREET HDD SEWER EXTENSION 01039-2 B. The Construction Manager shall preside at the meetings and will arrange for keeping and distributing the minutes. The purpose of the meetings will be to review the progress ofthe Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. During each meeting, the Contractor is required to present any issues whicli may impact his work, with a view to resolve these issues expeditiously. 1.6 Preinstallation Meeting A. When required in individual specification secfions, The Construction Manager will convene a preinstallation meeting at the work site prior to commencing work of the section. B. Attendance will be required of parties directly affecting, or affected by, work of the specific section. Failure of the Contractor, subcontractor, or Supplier to attend may result in a charge to the Contractor for costs incurred by the Owner, Construction Manager, and/or Design Consultant in attending the meeting. C. The Construction Manager will prepare an agenda and preside at the meeting: • Review conditions of installation, preparation and installation procedures. • Review coordination with related work. D. The Construction Manager will record the minutes and distribute copies to the Design " Consultant, Owner, Contractor, and other participants. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION SEPTEMBER 2012 CONTRACT 5515 COORDINATION AND MEETINGS VANCOUVER STREET HDD SEWER EXTENSION 01039-3 SECTION 01060 SAFETY AND HEALTH PARTI GENERAL 1.1 General A. The construction of this project may expose the Contractor's workmen to the hazard of materials underground and materials from nearby existing facilities, such as propane gas, sewer gas, wastewater and wastewater sludge with varying degrees of treatment. The Contractor shall certify that he is experienced and qualified to anticipate and meet the safety and health requirements of this project. The Contractor shall require his personnel to observe proper safety and hygienic precautions. The Contractor shall be solely responsible for the storage, usage, handling and application of all hazardous materials encountered or provided as part of the Work. B. 1.2 A. SafetvAnd Health Regulations The Contractor shall comply with Safety and Health Regulations for Construction, promulgated by the Secretary Standards Act, as set forth in Title 9, C.F.R. Copies of these regulations may be obtained from Labor Building, 14th and Constitution Avenue NW, Washington, DC 20013. B. The Contractor shall also comply with the provisions of the Federal Occupational Safety and Health Act, as amended, and with all applicable State of California, Department of Industrial Relations, Construction Safety Orders (Cal-OSHA) requirements. C. Occupational Safety and Health Administration (OSHA) Regulations and Standards for Underground Construction - 29 CFR Part 1926 D. CalOSHA, California Code of Regulations - Titie 8 PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION SAFETY AND HEALTH 01060-1 SECTION 01506 MOBILIZATION PART 1 GENERAL 1.1 General Mobilization shall include the acquisition of all permits; moving onto the site of all equipment; furnishing and erecting temporary structures, and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the Work. Mobilization shall include but not be limited to the following principal items: A. Moving on to the site of all Contractors' equipment required for construction operations. B. Installing temporary construction power, wiring, and lighting facilities. C. Establishing fire protection system. D. Developing construction water supply as required. E. Providing field office trailer for the Contractor (at Contractor's option). Refer to General Provisions Section 8-2. F. Providing all on-site communication facilities, including telephones and radios for Contractor personnel. G. Providing on-site sanitary facilities and potable water facilities for Contractor personnel. H. Arranging for and establishment of Contractor's storage yard as required. (Contractor is solely responsible for obtaining property owner agreements to use private property for storage or laydown areas and access to those areas per the contract documents.) I. Constructing and implementing security features and requirements in compliance with the Contract Documents. J. Obtaining all required permits. K. Having all OSHA required notices and establishment of safety programs. L. Submitting initial submittals. 1.2 Construction Facilities Plan A. Prior to commencement of any field work, the Contractor shall submit a Construction Facilities Plan to Construction Manager for approval. Said plan shall show the layout, equipment, materials and procedures that (Contractor proposes for construction of temporary electrical, telephone, lighting, heating, water, sanitation, field offices and sheds, and other similar site facilities. Said plan shall reference existing easements and agreements for use of private property and include approval of the Project Biologist. SEPTEMBER 2012 CONTRACT 5515 MOBILIZATION VANCOUVER STREET HDD SEWER EXTENSION 01505-1 B. The Contractor's site office and other construction facilities shall be of a temporary nature. The Contractor shall be wholly responsible for the security of his site office and laydown area, and for all its plant, materials, equipment and tools at all times. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION SEPTEMBER 2012 CONTRACT 5515 MOBILIZATION VANCOUVER STREET HDD SEWER EXTENSION 01505-2 SECTION 01530 PROTECTION OF THE WORK, PROPERTY AND EXISTING FACILITIES PART 1 GENERAL 1.1 Work of this Section Materials and equipment shall be shipped, handled, stored, and installed by methods which will prevent damage to the items. Damaged items will not be permitted as part of the work except in cases of minor damage that have been satisfactorily repaired and are acceptable to the Construction Manager. Existing improvements shall be protected in place or replaced per the requirements ofthe General Provisions Section 2-9 and Section 01700. 1.2 Pipe Pipe and appurtenances shall be handled, stored, and installed as recommended by the manufacturer. Pipes with coatings or linings, or pipes of materials which are subject to deterioration by sunlight or heat, such as plastic pipe, shall be stored to protect the coating, linings or pipe from physical damage or other deterioration and shall only be handled with padded, wide slings. Pipes shipped with Interior bracing shall have the bracing removed only when recommended by the pipe manufacturer. 1.3 Eouipment A. Definition: For the purpose of this section, equipment means any mechanical, electrical, or instrumentation devices, and other items witii one or more moving parts requiring an electrical, pneumatic, electronic or hydraulic connection. B. Packing and Marking: All equipment shall be adequately and effectively protected against damage from moisture, dust, handling, or other cause during transport from manufacturer's premises to site. Each item or package shall be cleariy marked with the number unique to the specification reference covering the item. Each separate portion of plant shall receive, as far as practicable, a fitting or distinguishing mark which shall be shown on the packing lists. Stiffeners shall be used where necessary to maintain shapes and to give rigidity. Parts of equipment shall be delivered in assembled or sub-assemkiled units where possible. C. Storage of Equipment: During the interval between delivery and installation, all equipment to be incorporated into the project shall be stored to prevent damage or deterioration. Environmental controls such as heaters or protective encapsulation shall be provided to ensure against condensation and moisture damage. In the event prolonged (more than 90 days) storage is required for any item of rotative equipment, the Contractor shall institute a preventive maintenance program which shall include grease protection of bare metal surfaces, periodic indexing of rotating parts, renewal of grease in bearings and any procedures recommended by the manufacturer. The Contractor shall maintain adequate records to demonstrate full compliance with these requirements. All equipment shall be available for inspection by the Construction Manager. 1. To insure adequate protection of all electrical and instrumentation equipment and panels and electric motors, all such equipment shall be stored in a suitable enclosure designed to protect the equipment from dust and moisture. The Contractor shall be responsible for maintaining the storage facilities and equipment stored therein and shall make provision for SEPTEMBER 2012 CONTRACT 5515 PROTECTION OF WORK. PROP., & EX. FAC. VANCOUVER STREET HDD SEWER EXTENSION 01530-1 all utilities required. Continuous access shall be provided to the Construction Manager for all equipment so stored. 2. Protection of Equipment After Installation: After installation, ali equipment shall be protected from damage, including but not limited to, dust, abrasive particles, debris and dirt generated by the placement, chipping, sandblasting, cutting, finishing and grinding of existing concrete, and the fumes, particulate matter, and splatter from welding, brazing, and painting of newer existing piping and equipment. The Contractor is advised that as minimum, vacuum cleaning, blowers with filters, protective shielding, and other dust suppression methods will be required at all times to adequately protect all equipment. During painting operations, all grease fittings and similar openings shall be covered to prevent the entry of paint. 1.4 Delivery of Material or Eouipment The Construction Manager will not accept materials or equipment deliveries for the Contractor. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION ^5 SEPTEMBER 2012 CONTRACT 5515 PROTECTION OF WORK, PROP.. & EX. FAC. VANCOUVER STREET HDD SEWER EXTENSION 01530-2 SECTION 01700 RESTORATION OF IMPROVEMENTS PART 1 GENERAL 1.1 Structures The Contractor shall remove existing structures, including curbs, gutters, pipelines, and rip rap, as may be necessary for the performance of the work and shall rebuild the structures thus removed in as good a condition as found with the requirements specified. He shall also repair existing structures which may be damaged as a result of the work under this contract. 1.2 Roads Unless otherwise specified, roads in which the surface is removed, broken, or damaged, or in which the ground has caved or settled during the work under this contract, shall be resurfaced and brought to the original grade and section. Roadways used by the Contractor shall be cleaned and repaired on a weekly basis as directed by the Resident Engineer. 1.3 Cultivated Areas and Other Surface Improvements Cultivated or planted areas and other surface improvements which are damaged by actions ofthe Contractor shall be restored as neariy as possible to their original condition at the Contractor's expense. Existing guard posts, barricades, and fences shall be protected and replaced if damaged. Where grading is required for providing access or other grading is necessary. Contractor shall restore all graded areas to pre-graded conditions unless othenA/ise directed by the Owner. 1.4 Protection of Existing Installations The Contractor shall, at his/her expense, immediately correct or replace existing equipment, controls or systems which are damaged as a result of his/her operations. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION SEPTEMBER 2012 CONTRACT 5515 RESTORATION OF IMPROVEMENTS VANCOUVER STREET HDD SEWER EXTENSION 01700-1 SECTION 01710 CLEANING PART1 GENERAL 1.1 General At the completion of the project, the Contractor shall perform the following: • Remove and dispose of ali excess or waste materials, debris, rubbish, and temporary facilities from the site, structures and all facilities. • Repair pavement, roads, landscaping, and all other areas affected by construction operations and restore them to original condition or to minimum condition specified. • Remove spatter, grease, stains, fingerprints, direct, dust, labels, tags, packing materials and other foreign items or substances from interior and exterior surfaces, equipment, signs and lettering. • Repair, patch and touch up chipped, scratched, dented or othenA/ise marred surfaces to match specified finish. • Remove paint, clean and restore all equipment and material nameplates, labels and other identificafion markings. • Clean all slabs, pavements, and ground surfaces. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION SEPTEMBER 2012 CONTRACT 5515 CLEANING VANCOUVER STREET HDD SEWER EXTENSION 01710-1 SECTION 02050 DEMOLITION AND REMOVAL PART 1 GENERAL 1.1 Description A. This section specifies demolition and removal of structures, portion of structures, ufilities, and other items shown on the contract drawings. B. Do not begin demolition until authorization has been received from the City Representative. Remove rubbish and debris so as not to allow accumulation at the site. 1.2 Related Work • Demolition and removal of roads, curbs, and on-grade slabs: Section 02200 • AC Paving: Section 02510 1.3 Quality Assurance A. General: All work shall be performed in accordance with the local building codes. State Industrial Safety Orders and requirements of the Occupational Safety and Health Act requirements. Demolition of the existing pump stations will be scheduled after full acceptance of the new pipeline construction, when all sewer flow has been diverted away from the pump stations, and approval has been granted by the owner. B. Protection: Demolition shall be performed in such manner as to not harm adjacent structures, existing landscaping or natural vegetation. The Contractor shall assume full responsibility for such disturbance. All costs of any such repair, rehabilitation, or modifications shall be borne by the Contractor. Contractor shall provide safeguards, including warning signs, barricades, temporary fences, warning lights, and other similar items that are required for the protection of all personnel during the demolition and removal activities. Contractor shall maintain fences, barricades, lights, and other similar items around exposed excavations until such excavations have been completely filled. C. Prevent spread of flying particles and dust. Sprinkle rubbish and debris with water to keep dust to a minimum. 1.4 Utility Services A. Contractor shall coordinate with electrical utility service provider prior to demolition. B. Remove outside utility service lines shown to be removed. SEPTEMBER 2012 CONTRACT 5515 DEMOLITION AND REMOVAL VANCOUVER STREET HDD SEWER EXTENSION 02050-1 C. Remove abandoned outside utility lines that would interfere with installation of new utility lines and new construction. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION 3.1 General Requirements The Contractor shall notify the owner when demolition and removal activities are complete. 3.2 Performance A. Demolition: Completely demolish and remove equipment, buildings and structures shown, including all appurtenances related or connected thereto, as noted below: 1. As required for installation of new utility service lines. 2. To depth as shown on the plans. Debris, including brick, concrete, stone, metals and similar materials shall become property of Contractor and shall be disposed by him/her, off the property. Where adjoining structures are to be kept in place, the demolition limit lines shall be neatly saw-cut. Sections to be removed shall be broken out, and the remaining face shall be chipped back to the saw-cut line. The Contractor shall do the necessary work to provide the remaining face with a finish compatible with the surrounding surfaces. B. Clearing And Grubbing: Unless othenA/ise specified, the contractor shall remove obstructions such as brush, stumps, roots, heavy sod, vegetation, rock, stone larger than 6 inches in any dimension, broken or old concrete pavement, debris, and structures when the completion of the work requires their removal. No trees shall be removed except as specified on the contract drawings. Material that is removed arid is not to be incorporated in the work shall be disposed of off the site. C. Equipment and Piping Removal: All equipment and piping to be removed shall be properiy disconnected from structures, piping, electrical and instrumentation systems. The Contractor shall do all resurfacing and other work as necessary to comply with the above requirements. D. Pavement Removal: All pavements shall be saw-cut on a neat line at right angles to the curb face. E. Ufility Interference: Where existing utilities interfere with the prosecution of the work, Contractor shall relocate them. SEPTEMBER 2012 CONTRACT 5515 DEMOLITION AND REMOVAL VANCOUVER STREET HDD SEWER EXTENSION 02050-2 3.3 Salvage The Owner has the right to salvage any items scheduled for removal. The Contractor shall notify the Owner Representative five (5) days prior to any salvage or demolifion work to determine the disposition of items to be removed. The Owners Representative will mark items to be salvaged. Such items shall be properiy disconnected, removed from their foundations, cleaned and stored at a location on the plant site as specified or as directed by the Owners Representative. 3.4 Backfill Holes, trenches or depressions in the ground remaining after demolition of structures, pipelines, or equipment shall be filled with compacted backfill materials as specified in Section 02200. 3.5 Paving The Contractor shall pave the exposed backfilled and compacted area to match the pre-existing grades, confirming to the elevation of the AC sawcut lines resulting in a smooth relatively flat surface. 3.6 Cleanup Upon the complefion of work of this secfion and after removal of all debris, the Contractor shall leave site in clean condition satisfactory to Owners Representative. Clean-up shall include the disposal of all items and materials not required to remain property of the original Owner as well as all debris and rubbish resulting from demolition operations. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 DEMOLITION AND REMOVAL VANCOUVER STREET HDD SEWER EXTENSION 02050-3 SECTION 02200 EARTHWORK PART1 GENERAL 1.1 Description This section specifies earthwork which consists of excavation, filling, grading, and excess material control for earthwork applicable for manholes. Earthwork required for pipelines is specified in Section 02223. 1.2 A. B. 1.3 A. B. Definifions Compaction. The degree of compaction is specified as percent compaction. Maximum of relative densities refer to dry soil densities obtainable at optimum moisture content. Excavation Slope. Excavation slope shall be defined as an inclined surface formed by removing material from below exisfing grade. Embankment Slope. Embankment slope shall be defined as an inclined surface formed by placement of material above existing grade. Quality Assurance References. This section references the following documents. They are a part of this section insofar as specified and modified herein. In case of confiict between the requirements of this section and the listed documents, the requirements of this section shall prevail. AASHTO T176 ASTM 0136 ASTM D420 ASTM D1557 ASTM D2049 ASTM D2419 ASTM D3017 Plastic Fines in Graded Aggregates and Soils by use of the San Equivalent Test Method of Test for Sieve or Screen Analysis of Fine and Coarse Aggregates Standard Recommended Practice for Investigating and Sampling Soil and Rock for Engineering Purposes Method of Test for Moisture-Density Relations of Soils, Using 10 lb (4.5 kg) Hammer and 18 in. (457 mm) Drop Standard Test Method for Relative Density of Cohesionless Soils Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate Method of Test for Moisture Content of Soil and Soil Aggregates in Place by Nuclear Methods (Shallow Depth) Tests. The Approved Testing Laboratory will take samples and perform moisture content, gradation, compaction, and density tests during placement of backfill materials to check compliance with these specifications as directed by the Resident Engineer. The Contractor shall remove surface material at locations designated by the Resident Engineer and provide such assistance to the Testing Laboratory as necessary for sampling and testing. The Resident Engineer may direct the Contractor to construct inspection trenches in compacted or consolidated backfill to determine that the Contractor has complied with these specifications. The Contractor shall bear the costs for sampling and testing specified in this SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION EARTHWORK 02200-1 paragraph including costs associated with retesting due to the Contractor's failure to comply with the specifications shall be paid by the Contractor. PART 2 MATERIALS 2.1 A. B. C. Fill Materials Type A. Type A material shall be a clean granular material free from organic matter and shall conform to the following gradation: U.S. standard Sieve Size Percent by Weight Passing 3/4 inch 100 3/8 inch 80-100 No.4 55-100 No. 10 35-95 No. 40 10-55 No. 100 0-2 Type B. Type B material shall be a select non-expansive, granular material free from organic matter and of such size and gradation that the specified compacfion can be readily obtained. Material shall have a liquid limit of less than 20 and a plasficity index of less than 10 and shall conform to the following gradafion: U.S. standard Sieve Size Percent by Weight Passing 3 inch 100 3/4 inch 80-100 No.4 50-100 No. 10 35-95 No. 40 15-75 No. 200 5-35 Type C. Type C material shall be unclassified material and may be obtained from excavation on site. The material shall be free from peat, wood, roots, bark, debris, garbage, rubbish or other extraneous material. The maximum size of stone shall not exceed 6 inches. D. Type D. Type D material shall be granular material commonly known as drain rock and shall conform to the following gradation: U.S. standard Sieve Size Percent by Weight Passing 1-1/2 inch 100 3/4 inch 30-75 1/2 inch 15-55 1/4 inch 0-5 Type D material shall be composed of hard, durable, sound pieces which have a specific gravity of not less than 2.65. SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION EARTHWORK 02200-2 PART 3 EXECUTION 3.1 General A. Overexcavation: 1. At the direction of the Resident Engineer: Where the undisturbed condition of natural soils is inadequate for support of planned construction, the Resident Engineer will direct the Contractor to overexcavate to adequate supporting soils. The excavated space shall be backfilled and compacted to the specified elevafion with soil materials in accordance with Table A. 2. When overexcavafion and backfill is directed by the Resident Engineer because of inadequate soil support, the overexcavation and the placement of backfill or concrete material will be considered as a changed condifion and addifional compensafion will be awarded to the Contractor. B. Due to Contractor's Operations: Should the excavation be carried below the lines and grades specified on the drawings or should the bottom of the excavation be disturbed because of the Contractor's operations and require overexcavation and backfill, the Contractor shall refill such excavated space with compacted backfill in accordance with Table A of Section 3.02. Backfill and compaction shall be at Contractor's expense. Removal of Obstructions. The Contractor shall remove all brush, roots and grass where the proper construction and completion of the work require their removal. The Contractor shall also remove all rocks, stones, broken concrete and pavement (golf cart path), debris and all obstructions of whatsoever kind or character, whether natural or artificial, encountered in the work. C. Material that is removed as hereinbefore specified, and is not to be incorporated in the work, shall be properly disposed of off the site. Surplus Material. Unless othenA/ise specified, surplus excavated material shall be disposed of in accordance with applicable ordinances and environmentai requirements. The Contractor shall safisfy himself that there is sufficient material available for the completion of the required earthwork before disposing of any material inside or outside the site. Shortage of material, caused by premature disposal of any material by the Contractor, shall be replaced by the Contractor. Material shall not be stockpiled to a depth greater than 5 feet above finished grade within 25 feet of any excavafion or structure. The Contractor shall maintain stability of the soil adjacent to any excavafion. D. Borrow Material. If the quantity of acceptable material from excavafion is not sufficient to construct the embankments required by the work, the quantity of material needed to complete the embankments shall consist of imported borrow conforming to specified requirements. SEPTEMBER 2012 CONTRACT 5515 EARTHWORK VANCOUVER STREET HDD SEWER EXTENSION 02200-3 E. Hauling. When hauling is done over highways or city streets, the loads shall be trimmed and the vehicle shelf areas shali be cleaned after each loading. The loads shall be watered after trimming to eliminate dust. F. Finish Grading. Finish surfaces shall be smooth, compacted and free from irregularities. The degree of finish shall be that normally obtainable with a blade-grader. Finished grade shall be as specified by the contours, plus or minus 0.10 foot except where a local change In elevafion is required to match sidewalks, curbs, and manholes, or to ensure proper drainage. When the work is at an intermediate stage of completion, the lines and grades shall be as specified plus or minus 0.5 foot to provide adequate drainage. G. Control of Erosion. The Contractor shall maintain earthwork surface true and smooth and protected from erosion. Where erosion occurs, the Contractor shall provide fill or shall excavate as necessary to return earthwork surfaces to the grade and finish specified. TABLE A Fill Class Material Type Maximum Uncompressed Layer Depth, inches Minimum Relative Compaction % General Application Al A 12" 95% Slabs on grade (other than specified for Class El or shown for Class D1) Bl B orC 12" 90*% Structural backfill 01 C 12" 90% Site fill D1 D -** Drain rock El E 12" 90% Pervious backfill * Except the upper 1 foot below all pavement subgrade, which shall be compacted to 95% relative compaction. ** Drain rock to be place under structure shall be compacted with 2 to 4 passes of a vibrating roller into an even surface to minimize migration of finer material that may be placed on top of the rocks. 3.2 Earthwork for Manholes A. Structure Excavation. Ground shall not be dug by machinery nearer than 3 inches from any finished subgrade. The last 3 inches shall be removed without disturbing the subgrade. Excavation shall allow manholes to be installed plumb and at the lines and grades specified. Should the excavation be carried below the lines and grades specified on the drawings or should the bottom ofthe excavation be disturbed because ofthe Contractor's operations and require overexcavation and backfill, the Contractor shall refill such excavated space to the proper elevation in accordance with Section 3.01-A. Unless othenA/ise specified, excavations shall extend a sufficient distance from walls and footings to allow for placing and removal of forms, installation of services, and for inspection, SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION EARTHWORK 02200-4 except where concrete is specified to be placed directly against excavated surfaces. Where crushed rock is shown to be installed below structures, the excavafion and recompaction zone shall extend 3 feet beyond the perimeter lines. B. Foundation. The foundation of the new structures shall be excavated, backfilled and compacted as specified herein. At the completion ofthe excavation, the bottom ofthe excavation shall be inspected by the Resident Engineer. No further earthwork shall be performed prior to this inspection. Where unsuitable material is found, the Contractor shall overexcavate as directed by the Resident Engineer in accordance with Paragraph 3.01-A.l. Upon the Resident Engineer's approval, the bottom ofthe excavation shall be scarified to a depth of 12 inches, moisture conditioned to within two percentage points of optimum moisture content, and shall be recompacted to a minimum of 90 percent of maximum density. The excavation shall then be backfilled and compacted as specified in Paragraph 3.02. For foundafions shown with a layer of crushed rock below the foundafion, the layer of gravel shall extend three feet beyond footing perimeter lines. C. Structure Backfill. Unless othenA/ise specified or shown, structure backfill shall be Class Bl. After completion of construction below the elevation of the final grade, and prior to backfilling, forms shall be removed and the excavation shall be cleaned of debris. Structure backfill shall not be placed until the subgrade portions ofthe structure have been inspected. Backfill material shall be placed in uniform layers with uncompacted thickness of not more than 12 inches and shall be brought up uniformly on ali sides ofthe structure. Each layer of backfill shall be compacted to a relative compaction of not less than 90 percent The top 12 inches shall be compacted to at least 95 percent relative compaction. Where the backfill is under roadway or trafficked area, the material within 1 foot below the surface shall be compacted to a relative compaction of not less than 95 percent. Compaction by means of jetting or ponding shall not be permitted. 3.3 Subgrade for Pavement The prepared subgrade shall be scarified to a depth of at least 12 inches and recompacted to at least 95 percent of the maximum density. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 EARTHWORK VANCOUVER STREET HDD SEWER EXTENSION 02200-5 SECTION 02223 TRENCHING, BACKFILL, AND COMPACTION PART1 GENERAL 1.1 Description The work of this Section includes ali labor, machinery, construction equipment, and appliances to perform in a good workmanlike manner alt trench excavation and backfill work shown on the Drawings and herein specified. 1.2 General Requirements Requirements of Section 02200 and the Standard Specifications for Public Works Construction apply to this Section. 1.3 Safety The Contractor shall familiarize himself with, and shall at all times conform to all applicable regulations ofthe "General Construction Safety Orders" and "Trench Construction Safety Orders" of the State of California, Department of Industrial Relations, Division of Occupational Health and Safety and applicable requirements of Sheeting, Shoring and Bracing. 1.4 Inspection and Control A representative will be engaged by the City, who shall act as the direct representative ofthe City in soils work, to perform inspection of the removal and replacement of unsuitable materials, and the placement and compaction of all fills and backfill within the limits of earthwork on this project. All work shall be done in accordance with these Specifications and as directed and approved by the City. However, all such testing shall be conducted by the Contractor-retained Approved Soil Testing Laboratory, as directed by the City. The cost of all such tests shall be paid for by the Contractor, Including initial and any re-testing required due to failed tests. 1.5 Requirements A. General. 1. The work performed under this Specification shall be constructed to the lines, grades, elevations, slopes and cross sections indicated on the Drawings, and/or directed by the City in writing. Slopes, graded surfaces, and drainage features shall present a neat, uniform appearance upon completion of the Work. 2. It shall be the Contractor's responsibility (1) to maintain adequate safety measures and working conditions; and (2) to take all measures necessary during the performance of the Work to protect the entire project area and adjacent properties which would be affected by this work from storm damage, fiood hazard, caving of trenches and embankments, and sloughing of material, unfil final acceptance by the City. It shall be the Contractor's responsibility to maintain completed areas until the entire project area is in satisfactory compliance with the Contract Documents. SEPTEMBER 2012 CONTRACT 5515 TRENCHING, BACKFILL, AND COMPACTION VANCOUVER STREET HDD SEWER EXTENSION 02223-1 3. Contractor shall be responsible for the excavation and disposition of unsuitable or surplus material by approved means of conveyance away from the working area. Conform with applicable requirements for disposition as specified in the Green Book. B. Ufility Protection. Utility lines and structures indicated on the Drawings which are to remain in service shall be protected by the Contractor from any damage as a result of his operations. Where utility lines or structures not shown on the Drawings are encountered, the Contractor shall report them to the City before proceeding with the Work. The Contractor shall bear the cost of repair or replacement of any utility lines or structures which are broken or damaged by his operations. PART 2 PRODUCTS 2.1 Materials A. Backfill Soils in the Pipe Backfill Zone shown on the Drawings, shall be in accordance with the Standard Specificafions for Public Works Construction Section 306-1.3.1, except as herein noted. Backfill shall not contain rocks greater than 4-inches in maximum dimension. In streets, rocks greater than 2-1/2 inches in maximum dimension shall not be allowed within 12-inches of pavement subgrade. B. Rock Backfill for Bedding. In areas where subgrade, as determined by the City, is unsuitable for placement of pipe due to loose, soft, or deleterious materials exposed at pipeline invert elevation during excavation, those materials shall be removed by the Contractor to their full depth, or to two feet below the pipe invert, whichever is less. The overexcavation shall be filled with rock having the gradation listed below which meets requirements for Size No. 57 listed in AASHTO Specification M43 (ASTM D448). Crushed rock, one inch maximum size, or a gradation and quality approved by the Engineer may be allowed as an alternate. Costs of any rock that is rejected by the Engineer for noncompliance with this Section and removal from the site shall be borne by the Contractor. The rock shall be enveloped in a filter fabric of a non-woven geotextile: Amoco 4551, Mirafi 160N, or approved equal. The filter fabric edges shall be overiapped for a minimum of 2 feet. Sieve Size Percent Minimum Passing Maximum 1-1/2 inch 100 — 1 inch 95 100 3/4 inch ' — — 14 inch 25 60 3/8 inch . — — #4 0 10 #8 0 5 ASTM C-131 Test Grading A C. Material in Pipe Bedding Zone. For bedding in the Pipe Bedding Zone as shown on the Drawings, the Contractor shall use sand or nafive free-draining granular material having sand equivalent of not less than 30, or having coefficient of permeability greater than 0.001 centimeters per second, or other material approved by the Engineer in advance of import or placement. Cost of any sand equivalent tests will be borne by the Contractor and will be SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION TRENCHING, BACKFILL, AND COMPACTION 02223-2 conducted by the Approved Testing Laboratory. Cost for retesting due to the noncompliance w with this Section shall be borne by the Contractor. PART 3 TRENCHES 3.1 Trench Excavation A. Excavation for Trenches shall include the removal of all material of any nature for the installation of the pipe or facility and shall include the construction of trench shoring and stabilization measures, timbering and all necessary installations for dewatering. B. Width of Trench. The minimum width of the pipe zone shall not be less than 12-inches greater than the exterior diameter of the pipe, exclusive of bells and shall not be greater than 16-inches greater than the exterior diameter of the pipe, exclusive of bells, special structures, or connections. The minimum width shall be exclusive of all trench supports. The maximum width shall be inclusive of all trench support. If the maximum trench width is exceeded, the Contractor shall provide additional bedding, another type of bedding, or a higher strength of pipe, as approved by the Engineer, at no cost to the City. C. Maximum Length of Open Trench. Except by special permission by the City Engineer, only that amount of pipe construction will be permitted, including excavation, construction of pipeline, and backfill in any one location, which can be completed in one day; however, maximum length of open trench shall never exceed 500 feet. This length includes open excavation, pipe laying and appurtenant construction and backfill which has not been temporarily resurfaced. D. Trench Side Slopes. 1. Temporary trench excavations shall at all times conform to the safety requirements hereinbefore specified in Paragraph entitled "Safety". 2. Loose cobbles or boulders shall be removed from the sides of the trenches before allowing workmen into the excavafion, or the trench slopes must be protected with screening or other methods. Trench side slopes shall be kept moist during construcfion to prevent local sloughing and raveling. 3. The Contractor shali submit, in accordance with Section 01300, copies of Shoring Plan prepared and signed by a Civil Engineer duly registered in the State of California before commencing excavation. E. Excess Trench Excavation. If any trench, through the neglect of the Contractor, is excavated below the bottom grade required, it shall be refilled to the bottom grade, at the Contractor's expense for all labor and material, with specified crushed rock compacted to a firm stable foundation. F. Excavation in Rock. For the purposes of identifying solid rock, the definifion of solid rock shall be at locations where trench excavation utilizing equipment such as a Caterpillar 235 Backhoe with a single shank or equivalent, as determined by the City Engineer, encounters refusal due to a massive rock structure. Boulders encountered during excavation shall normally be removed by the Contractor. If the aforementioned equipment cannot remove the boulder, in the opinion of the City Engineer, the section of the boulder intersected by the SEPTEMBER 2012 CONTRACT 5515 TRENCHING, BACKFILL, AND COMPACTION VANCOUVER STREET HDD SEWER EXTENSION 02223-3 trench will be classified as solid rock. The City Engineer's determination concerning the classification of material as solid rock or othenA/ise will be final. When solid rock is encountered in the excavafion, the Contractor shall advise the City Engineer, and the City Engineer shall inspect the excavation before removal ofthe solid rock commences. Prior to excavation, the City Engineer and Contractor will assess the volume of solid rock to be excavated. When the excavation has been completed and prior to any bedding materials being placed, the City Engineer will inspect the excavation for the purpose of assessing the volume of solid rock to which the additional rate applies. Excavation depth in solid rock shall be six inches below bells or couplings, or as directed by the City Engineer. The dimensions on which the solid volume of rock will be paid by the City shall be: 1. Length The length along the centeriine of the pipeline. 2. Width Nominal pipe diameter plus 18 inches (no extra payment will be made for over excavation). 3. Depth The average height from the bottom surface to the top surface of the solid rock across the trench width. The bottom surface shall be deemed to be not below six inches below the bells or couplings unless the additional depth is ordered by the City Engineer. The City Engineer will determine the heights of rock at such spacing along the excavation as he considers necessary to compute the solid volume of rock with reasonable accuracy. The Contractor will allow a minimum of 7 calendar days for City soils representative to review each rock instance and to present findings to the City Engineer. 3.2 Bracinq Trenches The sides ofthe trenches shall be supported with plank sheeting and bracing in such a manner as to prevent caving ofthe sides ofthe trench. Space left by withdrawal of sheeting or shoring shall be filled completely with dry granular material blown or rammed in place. All trenches deeper than 5-feet shall be shored in accordance with the approved Shoring Plan, unless cut to the angle of repose of the excavated soils. Shoring shall be designed to resist active earth pressure defined in the Soils Report with the affects of surcharge loads superimposed. 3.3 Pipe Bedding A. The Contractor shall excavate below the bells or couplings for the full width of the trench and shall place sand bedding upon which the pipe is to be laid. If trench material is suitable for use, as determined by the City Engineer, the trench may be excavated above the pipe invert and hand shaped so that the pipe is firmly supported on undisturbed material. Approved pipe bedding material shall be placed and compacted throughout the Pipe Bedding Zone. B. At pipe subgrade, if foundation soil in trench is soft, wet, spongy, unstable or does not afford solid foundation for pipe, the Contractor shall excavate as directed by City Engineer, to a minimum of 6 inches, and provide a stable rock backfill for bedding for placement of pipe bedding. Such unsuitable material shall be disposed of at the Contractor's expense. C. Where rock is encountered in the trench, the Contractor shall excavate to a minimum of 6 inches below pipe bells or as directed by the City Engineer, and shall construct a base by placing 6 inches of rock backfill for bedding upon which a subgrade can be prepared. SEPTEMBER 2012 CONTRACT 5515 TRENCHING, BACKFILL. AND COMPACTION VANCOUVER STREET HDD SEWER EXTENSION 02223-4 D. Before any pipe is lowered in place, the trench bottom shall be prepared so that each pipe will have a firm and uniform bearing over the enfire length ofthe barrel and a width equal to one-half the outside diameter of the pipe. All adjustments in line and grade shall be made by scraping away or filling and tamping under the barrel of the pipe. Wedging or blocking are not permitted. 3.4 Backfilling Pipe Trenches A. Pipe Backfill and Bedding Zones. Selected backfill material for the pipe zone shall consist of hereinbefore specified material. Place material in the trench simultaneously on each side of the pipe for the full width of the trench and over the Pipe Backfill Zone, as shown on the Drawings, in layers not greater than 8-inches in loose depth. Each layer shall be thoroughly compacted by tamping. Jetting or ponding for compaction are not allowed. In all cases, backfilling ofthe pipe zone must be done by hand. Bedding shall be brought up uniformly on both sides of the pipe. Particular attenfion shall be given to underside of the pipe and fittings to provide a firm support along the full length of the pipe. The Pipe Zone shall be considered to extend to 12-inches above the top of the pipe, and shall be compacted in the trench such that there will be obtained a relative compaction of not less than 90 percent of maximum dry density at within 2 percent of optimum moisture content as hereinafter specified. Use of Materials other than those specified shall be approved by Engineer prior to use. The Contractor shall bear all cost of removal of rejected material; it's hauling to an authorized disposal site, and cost of providing required material to complete the bedding and backfilling. B. Backfilling Pipe Trench. After the pipe has been laid in the trench and has been inspected and approved, and backfilling in the pipe zone is complete and compacted, the remainder of the trench may be backfilled. The backfill material shall be suitable material as hereinbefore specified. Whenever imported borrow for backfill is required, the Contractor shall furnish this borrow material and dispose of the excess trench excavation. C. Compaction Testing. The maximum dry density and optimum moisture content of each soil type used in the controlled compacted fill will be determined by ASTM D 1557-91 compacfion method, and field density tests will be performed in accordance with ASTM D 1557-91, each as described in Specificafion Section 02200. The City Inspector will determine the number and frequency of tests to be performed. D. Placement and Compaction of Trench Backfill. The placement and compaction of all trench backfill shall conform to the following method subject to the qualificafions specified therein. Water densification of backfill is not allowed. E. Mechanically Compacted Backfill. With approval of Engineer, backfill shall be mechanically compacted by means of tamping rollers, sheepsfoot rollers, pneumatic tire rollers, vibrating rollers, or other mechanical tampers to 90 percent relative compaction except that the upper 2-feet below all pavement subgrade shall be compacted to 95% relative compaction. All such equipment shall be of size and type approved by the Engineer. Impact-type pavement breakers (stompers) will not be permitted over any pipe. Permission to use specific SEPTEMBER 2012 CONTRACT 5515 TRENCHING, BACKFILL, AND COMPACTION VANCOUVER STREET HDD SEWER EXTENSION 02223-5 compaction equipment shall not be construed as guaranteeing or implying that the use of such equipment will not result in damage to adjacent ground, exisfing improvements, or improvements installed under the Contract. The Contractor shall make his own determinafion in this regard. Mechanically compacted backfill shall be placed in horizontal layers not exceeding eight inches in thickness. Each layer shall be evenly spread, the moisture content brought to within two percentage points of optimum moisture content, and then tamped or rolled until the specific relative compaction has been attained. F. Trench Slurries. Where slurried trenches are shown on the plans, a two-sack concrete slurry shall be utilized in accordance with the Standard Specificafions for Public Works Construcfion. 3.5 General Pipeline Installation Requirements A. Depth of Pipe. Pipelines shall be installed at the depths (elevafions) shown on the Drawings. If elevations are not shown, piping shall be only installed with cover adequate to resist construction loads, but in no instance shall cover be less than forty-two (42) inches. B. Changes in Line and Grade. In the event obstructions not shown on the Drawings are encountered during the progress ofthe Work which will require alterations to the Drawings, the Engineer shall have the authority to change the Drawings and order the necessary deviation from the line or grade. The Contractor shall not make any deviation from the specified line and grade without approval by the City Engineer. Should any deviations in line and grade be permitted by the City Engineer in order to reduce the amount of rock excavation or for other similar convenience to the Contractor, any additional costs for thrust blocks, valves, extra pipe footage, concrete, or other additional costs shall be per unit prices listed in the bid breakdown. C. Installing Pipe. Contractor shall after excavating the trench and preparing the proper bedding for the pipe furnish all necessary facilities for properly lowering and placing sections of the pipe in the trench without damage and shall properly install the pipe. The section of pipe shall be fitted together correctly and shall be laid true to line and grade in accordance with stakes established by the Contractor's Surveyors. The full length of the barrel of the pipe shall have a uniform bearing upon the bedding material, but if the pipe has a projecting bell, suitable excavation shall be made to receive the bell which shall not bear on the subgrade. The requirement for closely fitting the bottom of the pipe to the bedding material for the width stated in this section will be strictly enforced. 1. Pipe shall be laid up grade. Any pipe which is not in true alignment, both vertical and horizontal, or shows any undue settlement after laying shall be replaced when so ordered by the City Inspector. No pipe shall be laid which is damaged, cracked, checked or spelled or has any other defect deemed by the City Inspector to make it unacceptable, and all such sections shall be permanently removed from the Work. 2. At all times when the work of installing pipe is not in progress, all openings into the ends of the pipelines shall be kept tightly closed with suitable plywood or sheet metal bulkheads to prevent the entrance of animals and foreign materials and to prevent water from entering the pipe. 3. Keep the pipe trench free from water at all times and take all necessary precautions to prevent the pipe from fioating due to water entering the trench from any source. Any SEPTEMBER 2012 CONTRACT 5515 TRENCHING, BACKFILL, AND COMPACTION VANCOUVER STREET HDD SEWER EXTENSION 02223-6 ^^^^ damage is the Contractor's full responsibility. Restore and replace the pipe to its specified condition and grade if it is displaced due to fioafing. 4. All pipeline adjoining concrete structures shall have a joint (fiexible) within 18-inches from the face of such concrete structures. 3.6 Cleanup Immediately upon completion of work of this Section, all rubbish and debris shall be removed from the job site. All construction equipment and implements of service shall be removed and the entire area involved shall be left in a neat, clean and acceptable condition. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 TRENCHING. BACKFILL, AND COMPACTION VANCOUVER STREET HDD SEWER EXTENSION 02223-7 SECTION 02510 ASPHALTIC CONCRETE PAVEMENT PART1 GENERAL 1.1 Description The Contractor shall construct asphaltic concrete pavements for trench resurfacing, roads, parking areas, aprons, sidewalks, and other Work involving asphaltic concrete, all as shown on the Plans. Asphaltic concrete shall conform to all requirements of the latest revision of the Standard Specifications for Public Works Construction (P.W.C.) and specified herein. 1.2 Asphalt Concrete Pavement Materials and workmanship for asphalt concrete shall conform to the applicable provisions of Section 203-6 ofthe Standard Specificafions for P.W.C. and the following provisions: A. Asphalt concrete shall consist of Type 11 mineral aggregate conforming to the requirements specified in Secfion 203-6.3.2 ofthe Standard Specificafions for P.W.C. "Greenbook", using a medium coarse Class B grading mixed with a bitumen content of 4.5% to 5.8% ofthe dry mineral aggregate, bitumen shall be RC85-100 penetrafion paving asphalt. PART 2 EXECUTION 2.1 Aqqreqate Base Course Base material shall be furnished, placed and compacted for asphalt concrete pavements as shown on the Plans and specified herein. The spreading and compacting shall conform to Section 301-2 of the Standard Specificafions for P.W.C. 2.2 Asphaltic Concrete Pavement Contractor shall confirm to the San Diego Regional Standard Drawing G-24, Type A. Asphaltic concrete pavement shall be spread in one course by means of a Barber-Greene paving machine, or approved equal. It shall be spread to a depth to achieve a compacted thickness as shown on the Plans. The completed surface shall be thoroughly compacted, smooth and true to grade and cross-section, and free from ruts, humps, depressions and irregularities. When a straight edge is laid on the finished surface and parallel to the centeriine, the surface shall not vary more than 1/8-inch in 10-feet. 2.3 Adjust Valve Box Rinqs and Covers The Contractor shall adjust all valve box rings and covers to grade within 30 days after final paving of each street in which the pipelines are installed. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 ASPHALTIC CONCRETE PAVEMENT VANCOUVER STREET HDD SEWER EXTENSION 02510-1 SECTION 03315 GROUT PARTI GENERAL 1.1 Work of this Secfion A. The Contractor shall provide grout in accordance with the Contract Documents. B. The following types of grout shall be covered in this Section: • Nonshrink Grout: This type of grout is to be used wherever grout is shown in the Contract Documents, unless another type is specifically referenced. • Cement Grout • Epoxy Grout. • Pump and Motor Grout. • Topping Grout and Concrete Fill. 1.2 Related Sections The Work of the following Sections apply to the Work of this Secfion. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. • Section 03300 Cast-in-Place Concrete 1.3 Reference Specificafions. Codes and Standards Except as othenA/ise indicated, the current editions of the following standards apply to the work of this Section: A. Commercial Standards: CRD-C 621 Corps of Engineers Specificafion for Non-shrink Grout B. ASTM Standard in ASTM C 109 ASTM C 531 ASTM C 579 ASTM C 827 ASTM C 881 ASTM C 882 ASTM C 884 ASTM D 638 ASTM D 696 ASTM D 2471 Building Codes: Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in or 50-mm Cube Specimens) Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical- Resistant Mortars, Grouts, and Monolithic Surfacings Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, and Monolithic Surfacings Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixture Specification for Epoxy-Resin-Base Bonding System for Concrete Standard Test for Bond Strength of Epoxy-Resin Systems Used with Concrete. Standard Test Method for Thermal Compatibility between Concrete and an Epoxy-Resin Overiay. Standard Test Methods for Tensile Properties of Plastics. Test Method for Coefficient of Linear Thermal Expansion of Plastics Standard Test Methods for Gel Time and Peak Exothermic Temperature of Reacting Thermosetting Resins. SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION GROUT 03315-1 1.4 Contractor Submittals The Contractor shall submit certified test results verifying the compressive strength, shrinkage, and expansion requirements indicated herein; and manufacturer's literature containing instrucfions and recommendations on the mixing, handling, placement and appropriate uses for each type of nonshrink and epoxy grout used in the Work in accordance with the requirements of Section 01300 - Submittals. 1.5 Quality Assurance A. Field Tests: 1. Compression test specimens will be taken during construction from the first placement of each type of grout, and at inten/als thereafter as selected by the Construcfion Manager to ensure continued compliance with these Specifications. The specimens will be made by the Construction Manager. 2. Compression tests and fabrication of specimens for cement grout and nonshrink grout will be performed as specified in ASTM C 109 at intervals during construction as selected by the Construction Manager. A set of three specimens will be made for testing at 7 days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C 579, Method B, at inten/als during construcfion as selected by the Construction Manager. A set of three specimens will be made for tesfing at 7 days, and each earirer fime period as appropriate. 4. All grout, already placed, which fails to meet the requirements of these Specificafions, is subject to removal and replacement at no additional cost to the Owner. 5. The cost of all laboratory tests on grout will be borne by the Owner, but the Contractor shall assist the Construcfion Manager in obtaining specimens for tesfing. However, the Contractor shall be responsible, without additional cost to the Owner, for the cost of any additional tests and investigation on work performed which does not comply with the Specifications. The Contractor shall supply all materials necessary for fabricating the test specimens. B. Construction Tolerances: Construction tolerances shall be as specified in the Secfion 03300 -Cast-in-Place Concrete, except as modified herein and elsewhere in the Contract Documents. PART 2 PRODUCTS 2.1 Cement Grout A. Cement Grout: Cement grout shall be composed of one part cement, three parts sand, and the minimum amount of water necessary to obtain the desired consistency. Where needed to match the color of adjacent concrete, white portland cement shall be blended with regular cement as needed. The minimum compressive strength at 28 days shall be 5,000 psi. B. Cement grout materials shall be as specified in Secfion 03300 - Cast-in-Place Concrete. SEPTEMBER 2012 CONTRACT 5515 GROUT VANCOUVER STREET HDD SEWER EXTENSION 03315-2 2.2 Prepackaqed Grouts A. Nonshrink Grout 1. Nonshrink grout shall be a prepackaged, inorganic, nongas-liberating, nonmetallic, cement- based grout requiring only the addition of water. The manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulafion for each class of nonshrink grout indicated herein shall be that recommended by the manufacturer for the particular application. 2. Class A nonshrink grouts shall have a minimum 28 day compressive strength of 5,000 psi; shall have no shrinkage (0.0 percent) and a maximum 4.0 percent expansion in the plastic state when tested in accordance with ASTM C 827; and shall have no shrinkage (0.0 percent) and a maximum of 0.2 percent expansion in the hardened state when tested in accordance with CRD-C 621. 3. Class B nonshrink grouts shall have a minimum 28-day compressive strength of 5,000 psi and shall meet the requirements of CRD-C 621. 4. Application: • Class A nonshrink grout shall be used for the repair of all holes and defects in concrete members which are water bearing or in contact with soil or other fill material, grouting under all equipment base plates, and at all locations where grout is indicated; except, for the applications for Class B nonshrink grout and epoxy grout indicated herein. Class A nonshrink grout may be used in place of Class B nonshrink grout for ali applications. • Class B nonshrink grout shall be used for the repair of all holes and defects in concrete members which are not water-bearing and not in contact with soil or other fill material, grouting under all base plates for structural steel members, and grouting railing posts in place. B. Epoxy Grout 1. Epoxy grout shall be a pourable, nonshrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any non-reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted unless specifically recommended by the manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. Epoxy grout shall be BurkEpoxy Anchoring Grout by The Burke Company. 2. The chemical formulafion of the epoxy grout shall be that recommended by the manufacturer for the particular application. 3. The mixed epoxy grout system shall have a minimum working life of 45 minutes at 75 degrees F. 4. The epoxy grout shall develop a compressive strength of 5,000 psi in 24 hours and 10,000 '*'s«i»i»' psi in 7 days when tested in accordance with ASTM C 579, Method B. There shall be no SEPTEMBER 2012 CONTRACT 5515 GROUT VANCOUVER STREET HDD SEWER EXTENSION 03315-3 shrinkage (0.0 percent) and a maximum 4.0 percent expansion when tested in accordance with ASTM C 827. 5. The epoxy grout shall exhibit a minimum effective bearing area of 95 percent. This shall be determined by a test consisting of filling a 2-inch diameter by 4-inch high metal cylinder mold covered with a glass plate coated with a release agent. A weight shall be placed on the glass plate. At 24 hours after casting, the weight and plate shall be removed and the area in plan of ail voids measured. The surface ofthe grout shall be probed with a sharp instrument to locate all voids. 6. The peak exotherm of a 2-inch diameter by 4-inch high cylinder shall not exceed 95 degrees F when tested with 75 degree F material at laboratory temperature. The epoxy grout shall exhibit a maximum thermal coefficient of 30 x 10-6 inches/inch/degree F when tested according to ASTM C 531 or ASTM D 696. 7. Application: Epoxy grout shall be used to embed all anchor bolts and reinforcing steel required to be set in grout, and for all other applications in the Contract Documents where grout type is not specifically indicated. 8. For crack repair, the Contractor shall use pressure injection epoxy grout as recommended by manufacturer and approved by the Construction Manager. C. Primer, if required, shall conform to the written recommendations ofthe grout manufacturer. D. Surface preparations shall conform to the written recommendations of the grout manufacturer. E. Placement and Curing: 1. Placement and curing procedures shall be in accordance with the written recommendations of the grout manufacturer. 2. A grouting performance demonstration/training session shall be conducted by the grout manufacturer's representative prior to foundation and baseplate preparation and the first groufing on site. This training session shall demonstrate proper preparation and installation methods and that the grouting material meets the strength requirements. 3. Grout shall be Escoweld, Chockfast Red Epoxy Grout as manufactured by Philadelphia Resin Corp., Five Start DP Epoxy Grout as manufactured by Five Star Products, Inc., or equal. 2.3 Toppinq Grout and Concrete Fill A. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as specified herein. All materials and procedures specified for normal concrete in Section 03300 - Cast-in-Place Concrete, shall apply except as noted othenA/ise herein. B. Topping grout and concrete fill shall contain a minimum of 752 pounds of cement per cubic yard with a maximum water cement ratio of 0.40. Where concrete fill is thicker than SEPTEMBER 2012 CONTRACT 5515 GROUT VANCOUVER STREET HDD SEWER EXTENSION 03315-4 3 inches, sitework concrete, as specified in Section 03300 - Cast-in-Place Concrete, may be used when accepted by the Construction Manager. C. Coarse aggregate shall be graded as follows: U.S. standard Percent by Sieve Size Weight Passing 1/2" 100 3/8" 90-100 No.4 20-55 No. 8 5-30 No. 16 0-10 No. 30 0 D. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. E. Strength: Minimum compressive strength of topping grout and concrete fill at the end of 28 days shall be 5,000 psi. 2.4 Curinq Materials Curing materials shall be as specified in Secfion 03300 - Cast-in-Place Concrete for cement grout and as recommended by the manufacturer of prepackaged grouts. 2.5 Measurement o Inqredients Measurements for cement grout shall be made accurately by volume using containers. Shovel measurement shall not be allowed. A. Prepackaged grouts shall have ingredients measured by means recommended by the manufacturer. PART 3 EXECUTION 3.1 General A. All surface preparafion, curing, and protection of cement grout shall be as indicated in Section 03300 - Cast-in-Place Concrete. The finish ofthe grout surface shall match that of the adjacent concrete. B. The manufacturer of Class A nonshrink grout and epoxy grout shall provide onsite technical assistance to Contractor upon request. C. Base concrete or masonry must have attained its design strength before grout is placed, unless authorized by the Construction Manager. D. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. Dry pack consistency is such that the grout is plastic and moldable but will not fiow. Where "dry pack" is called for in the Contract Documents, it shall SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION GROUT 03315-5 mean a grout of that consistency; the type of grout to be used shall be as indicated herein for the particular application. E. The slump for topping grout and concrete fill shall be adjusted to match placement and finishing conditions but shall not exceed 4 inches. 3.2 Grouting Procedures A. Prepackage Grouts: All mixing, surface preparation, handling, placing, consolidation, curing, and other means of execution for prepackaged grouts shall be done according to the instructions and recommendations of the manufacturer. B. Base Plate Grouting: 1. For base plates, the original concrete shall be blocked out or finished off a sufficient distance below the plate to provide for a minimum 1-inch thickness of grout or a thickness as indicated on the Drawings. 2. After the base plate has been set in position at the proper elevation by steel wedges or double nuts on the anchor bolts, the space between the bottom ofthe plate and the original pour of concrete shall be filled with non-shrink-type grout. The mixture shall be of a trowelable consistency and tamped or rodded solidly into the space between the plate and the base concrete. A backing board or stop shall be provided at the back side ofthe space to be filled with grout. Where this method of placement is not practical or where required by the Construction Manager, alternate grouting methods shall be submitted for acceptance by the Construction Manager. C. Topping Grout and Concrete Fill: 1. All mechanical, electrical, and finish Work shall be completed prior to placement of topping or concrete fill. The base slab shall be given a roughened textured surface by sandblasting or hydroblasting exposing the aggregates to ensure bonding to the base slab. 2. The minimum thickness of grout topping and concrete fill shall be one inch unless othenA/ise specified on drawings. Where the finished surface of concrete fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface at the intersection point. The key shall be a minimum of 3-1/2-inches wide by 1-1/2 inches deep. 3. The base slab shall be thoroughly cleaned and wetted prior to placing topping or concrete fill. No topping or concrete fill shall be placed unfil the slab is complete free from standing pools or ponds of water. A thin coat of neat Type 11 cement grout shall be broomed into the surface of the slab just before topping or concrete fill placement. The topping or concrete fill shall be compacted by rolling or tamping, brought to established grade, and floated. Grouted concrete fill for tank and basin bottoms where scraping mechanisms are to be installed shall be screeded by blades attached to the revolving mechanism ofthe equipment in accordance with the procedures outiined by the equipment manufacturer after the grout is brought to the established grade. 4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom ofthe slab to the top, for the full width of the placement. SEPTEMBER 2012 CONTRACT 5515 GROUT VANCOUVER STREET HDD SEWER EXTENSION 03315-6 5. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping or concrete fill have hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand-troweling. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. 3.3 Consolidation Grout shall be placed in such a manner, for the consistency necessary for each application, so as to assure that the space to be grouted is completely filled. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 GROUT VANCOUVER STREET HDD SEWER EXTENSION 03315-7 SECTION 03460 PRECAST CONCRETE MANHOLES PART 1 GENERAL 1.1 Description Precast concrete manholes shall be constructed in accordance with the design, size and details and at the locations shown on the Plans. Specifications for relative work are as follows: • ASTM 0478 Concrete • ASTM A48 Gray-Iron Casfings • California Construcfion Safety Orders Article 4 • Section 1532, Confined Spaces. 1.2 Related Work Described Elsewhere The Contractor shall refer to the following Specification secfion(s) for additional requirements: Shop Drawing Submittals: 01300 Earthwork: 02200 Concrete Construction: SSPWC 2003, Section 303 PVC Lining for Interior Concrete Surface of Manholes: 03475 City of Carisbad's Engineering Standard Drawings 1.3 Submittals Contractor shall furnish submittals in accordance with the requirements of Section 01300, Shop Drawing Submittals. The following submittals are required: • Submit Shop Drawings of the precast manhole. • Manhole Couplings • Bentonite Clay Panels • Butyl Rubber Joint Sealant 1.4 Payment Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. PART 2 MATERIALS 2.1 Precast Manholes A. Precast reinforced concrete manhole riser and tops shall be constructed of Class A concrete and shall conform to the Specifications of ASTM 0478, except as herein modified. The minimum allowable steel shall be hoops of No. 4 wire, to be cast into each unit at adequate places as a precaufionary measure for handling. Manhole components shall be designed for H-20 higliway loads and site soil condifions. B. The minimum nominal shell thickness for formed and vibrated sections shall be 1/8 of the internal diameter of the riser or largest cone diameter. Manholes shall be fabricated only ,<0m^ from eccentric taper sections and standard cylinder units of the proper internal diameter. SEPTEMBER 2012 CONTRACT 5515 PRECAST CONCRETE MANHOLES VANCOUVER STREET HDD SEWER EXTENSION 03460-1 Manhole sections shall be cast without galvanized steel ladder rungs unless othenA/ise shown on the Plans. C. Precast concrete Manholes shall be furnished with a PVC lining (T-lock) system per Section 03475 D. Precast concrete Manholes shall be manufactured by Associated Concrete Products, Ameron, Southwest Concrete Products, Inland Concrete Products, or approved equal. 2.2 Drop Manholes The materials and construction of drop manholes shall conform to the applicable provisions ofthe Specificafions for precast manholes (including frames and covers), except as herein modified by Specifications and/or Plans. Drop manhole sections shall be lined with a PVC lining (T-lock) system per Section 03475. 2.3 Manhole Frames and Covers Castings for frame and cover sets shall conform to the requirements for gray iron castings in ASTM A48 for Class 30 castings. Frames and covers shall be designed for H-20 loading. Before leaving the foundry, ail castings shall be thoroughly cleaned and subjected to a hammer inspection, after which they shall be dipped twice in a preparation of asphalt or coal tar and oil applied at a temperature of not less than 290°F nor more than 31 CF and in such a manner as to form a fimn and tenacious coafing. Each cover shall be ground or othenA/ise finished so that it will fit in its frame without rocking, and frames and covers shall be match-marked in sets before shipping to the site. Covers shall have the word "SEWER" and the specified inifials cast thereon as shown on the City's Engineering Standard Drawing S4. No other lettering, on the top side will be permitted. PART 3 EXECUTION 3.1 General Manhole locations are fixed and cannot be moved to accommodate pipe manufacturing or laying. If necessary, special lengths will be provided to meet manhole location requirements. 3.2 Work Within Existing Manholes Any proposed Work inside an existing manhole, which is part of a sewage system in service, shall not be undertaken until all the tests and safety provisions of Article 4, Section 1532 "Confined Spaces" State of California Construction Safety Orders have been made. 3.3 Excavation The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. Earthwork shall conform to the SSPWC Section 300, Earthwork, except as herein modified. 3.4 Manhole Base A. The manhole base shall be poured in place against undisturbed soil with Class A portland cement concrete. The manhole stubs and sewer main shall be set before the concrete is SEPTEMBER 2012 CONTRACT 5515 PRECAST CONCRETE MANHOLES VANCOUVER STREET HDD SEWER EXTENSION 03460-2 placed and shall be rechecked for alignment and grade before the concrete has set. The various sized inlets and outlets to the manhole shall be located as indicated on the Plans. The manhole base shall extend 12-inches below the bottom ofthe lowest pipe. B. Invert elevations of connecting sewers may vary depending upon sizes. The crown elevation of all pipes shall be set level with the crown elevation of the largest pipe unless otherwise indicated on the Plans. C. The invert of the manhole base shall be hand worked so as to provide channels conforming in size and shape to the lower portions of the inlets and outiets. The channel shall vary uniformly in size and shape from inlet to outiet, and be constructed higher than pipe as indicated on the Plans. The manhole invert channels shall be smooth and accurately shaped. Channels may be formed directly in the concrete base. D. All transitions shall be smooth and of the proper radius to give an uninterrupted transition of flow. The concrete base shall be shaped with a wood float and shall receive a hard-steel trowel finish prior to the concrete setting, in the event addifional mortar is required after initial set has taken place, the surface to receive the mortar shall be primed, and the mortar mixed with "Willhold Concrete Adhesive" in the amounts and proportions as recommended by the manufacturer and as directed by the Owner's Representative in order to secure as chip-proof a result as possible. The bases shall set a minimum of 24 hours before the manhole construction is continued. In certain critical situations the time of setting may be reduced upon approval of the Owner's Representative. 3.5 Manholes A. Each manhole section shall be set in a bed of mortar to make a watertight joint, shall be neatiy banded on the inside and out, and shall be set perfectly plumb. Sections of various height grade rings shall be used in order to bring the top of the manhole ring and cover to the elevation established on the Plans, but limited to maximum of 18-inches of grade ring unless othenA/ise instructed by the Owner's Representative. The precast concrete manhole rings shall be jointed with a minimum thickness of D-inch of portland cement mortar. B. Mortar shall be composed of one part portland cement to two parts of clean well-graded sand of such size that all pass a No. 8 sieve. Cement, aggregate, and water for mortar shall conform to the applicable provisions of Section 03300, Concrete Construction. Preformed, cold-applied, ready-to-use plastic joint sealing compound may be substituted for mortar between units and must be used when groundwater is encountered. C. The finished elevations at which manhole frames and covers are to be set shall conform to the requirements set forth on the Plans, but in all cases shall be governed by the Owner's Representative in the field. Where the frame and cover are in existing pavement or in the traveled way of the existing road shoulder, it is to be placed flush with the existing surface. Where the structure is outside the limits of the traveled shoulder but not in the roadside ditch, it should be placed 1/10-foot above the exisfing ground surface. Where the manhole cover falls in the existing roadside ditch or easement right-of-way "offsite," it is to be placed approximately 18-inches above the exisfing ground surface or as directed by the Owner's Representative. Manhole frames shall be set at the required grade and shall be securely attached to the top precast manhole shaft unit with a cement-mortar bed and fillet as shown on the Plans. After the frames are securely set in the place provided herein, covers shall be SEPTEMBER 2012 CONTRACT 5515 PRECAST CONCRETE MANHOLES VANCOUVER STREET HDD SEWER EXTENSION 03460-3 installed and all necessary cleaning and scraping of foreign materials from the frames and covers shall be accomplished to ensure a fine satisfactory fit. 3.6 Manhole Stubs and Stoppers Sewer pipe shall be furnished and installed in manholes at the locations and in conformance with the Plans. All stubs shall be plugged with stoppers or brick wall plugs as shown on the Plans for various sizes of pipe. Where new construction is started at the stub of an existing manhole, the Contractor shall brick the opening into the manhole before he removes the plug or stopper from the stub. Said bricked opening shall remain in place until the Contractor has tested and completed the Work. 3.7 Bulkheadinq Manhole Stub Channels Brick and mortar bulkheads shall be installed by the Contractor at the downstream end of ali unused stub channels over 5-feet in length to prevent the creation of a septic condition resulting from ponding of sewage and debris in the unused channels, until such time as the manhole stub is connected and normal sewage flow can occur. On short stub only a plug will be required. 3.8 Pluqqinq Upstream End of ehe New Sewer in order to prevent accidental use of the new sewer prior to completion and acceptance, the inlet to existing tie-in manholes shall be sealed with broken brick and mortar. Installation of these plugs shall be approved by the Owner's Representative. Plugs shall be removed at the time of final inspection or as directed by Owner's Representative. 3.9 Waterproofinq Damp-proofing material shall be applied to the exterior surfaces of Manholes in accordance with the manufacturer's recommendations. The material shall be applied to all exterior surfaces below a point one foot above the water table or indications of seepage or moisture as directed by the Engineer. In addition, a bentonite clay panel shall be installed covering the entire exterior surface below grade. Each joint in the Manhole shaft shall include the installation of a butyl rubber sealant rope. 3.10 Backfill Select backfill material consisting of clean sand shall be used around all manholes. It shall be consolidated by water jetting or compacted by pneumatic tampers to obtain a relative density of 95% unless OthenA/ise specified on the Plans. 3.11 Concrete Ring A Class B concrete ring shall be cast around manhole frames that are fiush with the surface as shown on the Plans. The ring shall be placed after final grading or paving together with final cleanup. 3.12 Watertightness of Manholes A. General: It is the intent ofthe Specifications that manholes and appurtenances be watertight and free from infiltration. All manholes are to be banded both inside and outside with SEPTEMBER 2012 CONTRACT 5515 PRECAST CONCRETE MANHOLES VANCOUVER STREET HDD SEWER EXTENSION 03460-4 cement-mortar grout. Where manholes are to be given a protective lining or coating, they shall be free of any seeping or surface moisture. The adequacy of manholes and appurtenances as to watertightness shall be determined by the Owner's Representative and shall be vacuum tested. B. Vacuum Testing of Manholes: Water tightness of manholes may be tested in connection with tests of sanitary sewers or at the time the manhole is completed and backfilled. C. Vacuum testing equipment shall be as manufactured by P.A. Galzier, Inc. or approved equal. 1. Manholes shall be tested after assembly and prior to mortaring the joints or backfilling. In case of Manholes incorporafing a PVC liner, the tesfing is to take place prior to mortaring the joints, welding the linear seams between sections or backfilling. 2. All lift holes shall be plugged with an approved grout prior to tesfing. 3. All pipes entering the Manhole shall be plugged, and bracing installed, to prevent the plug from being drawn into the Manhole. 4. The test head shall be placed inside the top of the cone section and the seal inflated in accordance with the manufacturer's recommendafions. 5. A vacuum of 10 inches of mercury shall be drawn. The fime shall be measured for the vacuum to drop to 9 inches. The Manhole shall pass the test if the fime taken for the drop is greater than 60 seconds. 6. If the Manhole fails the test, necessary repairs shall be made and the test repeated until acceptable results are obtained. The leak(s) shall be located and repaired according to their nature with material-in-kind. 7. Any evidence of leakage as a result of testing shall be repaired to the satisfaction of the Owner's Representative. 8. inlets and outiets with approved stoppers or plugs and fill the manhole to the limits indicated below. Any evidence of leakage as a result of tesfing shall be repaired to the satisfaction of the Owner's Representative. D. Water Testing of Manholes: At the option of the Owner, water tightness of Manholes may be tested using water instead of air. The Contractor shall plug ali inlets and outiets with approved stoppers or plugs and fill the Manholes to the limits indicated below. Any evidence of leakage as a result of testing shall be repaired to the satisfaction of the Owner's Representative. The manhole shall be filled with water to an elevafion 1-foot below the start of the cone section, with a minimum depth of 4-feet and a maximum depth of 20-feet. The water shall stand in the manhole for a minimum of one hour to allow the manhole material to reach maximum absorption. After the one-hour period has elapsed, the Contractor shall refill the manhole to the original depth and the drop in water surface shall be recorded after a period of from fifteen minutes to one hour has elapsed (said time ofthe test SEPTEMBER 2012 CONTRACT 5515 PRECAST CONCRETE MANHOLES VANCOUVER STREET HDD SEWER EXTENSION 03460-5 shall be determined by the Owner's Representative and shall be varied by the Owner's Representative to fit the various field condifions). The maximum allowable drop in the water surface shall be !4-inch for each 15-minute period of testing. Even though the leakage is less than the specified amount, the Contractor shall stop any leaks that may be observed to the satisfaction of the Owner's Representative. 3.13 Connections to Existing Manholes New connections to existing manholes wherein stubs have not been provided shall be made by core drilling through the walls and base as directed by the Owner's Representative. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 PRECAST CONCRETE MANHOLES VANCOUVER STREET HDD SEWER EXTENSION 03460-6 SECTION 03475 PVC LINING FOR INTERIOR CONCRETE SURFACE OF MANHOLES PART 1 GENERAL 1.1 Description A. This section covers the work necessary to furnish and install, complete, PVC lining (white color) for concrete surfaces that are exposed to sewage immersion or sewage atmosphere, as indicated on the drawings or specified herein. B. The manufacturer of the lining shall furnish an affidavit attesting to the successful use of its material as a lining for sewer pipes or sewage containment structures for a minimum period of 10 years in sewage conditions recognized as corrosive or othenA/ise detrimental to concrete. 1.2 Related Work Described Elsewhere The Contractor shall refer to the following Specification section(s) for additional requirements: • Shop Drawing Submittals: 01300 • PreCast Concrete Manholes: 03460 1.3 Submittals The Contractor shall furnish in accordance with the requirements of Section 01300, Shop Drawing Submittals. Submittals shall include the following: A. Shop Drawings, material lists, manufacturer's literature, catalog cuts and other information. B. Submit an affidavit from the liner manufacturer that ail delivered materials comply with the requirements of the Plans and Specificafions. 1.4 Payment Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. PART 2 MATERIALS 2.1 General A. PVC liner shall have locking extensions and shall be used for formed, vertical surfaces and horizontal surfaces. Plain sheet, non-locking extensions shall not be used. Approved Manufacturers include Ameron T-Lock, Arrow Lock or approved equal. B. T-Lock or approved equal PVC liner shall be installed on the interior concrete surface of the Access Hole. SEPTEMBER 2012 CONTRACT 5515 PVC LINER VANCOUVER STREET HDD SEWER EXTENSION 03475-1 C. Arrow-Lock or approved equal PVC liner shall be used on the unformed concrete fillet areas of the Access Hole. D. PVC liner shall be secured to the underiying surface by means of its locking extensions. E. The anchor manufacturer shall be Rawlplug Company (Anaheim, California) or approved equal. F. Anchor holes shall be sealed using Sikadur No. 31 (Sika Corporation; Santa Barbara, California) or "Concresive Past LPL" (Master Builders; Cleveland, Ohio). A sealing agent such as Sikaflex IA that does not setup and harden shall not be used. A four inch (4") wide joint strip shall be welded over all mechanical anchors to seal them from contact with the sewage. Use Ameron's one inch (1") wide weld strip on both sides of the four inch (4") wide joint strip to seal it to the underiying Amer-Plate. The seal shall be continuous and watertight along its entire length. A single, continuous piece of joint strip shall be provided to cover each row of anchors. 2.2 Composition of Liner A. The material used in the liner and in all joint, corner and welding strips shall be a combination of poly (vinyl chloride) resin, pigments and plasticizers, specially compounded to remain flexible. Poly (vinyl chloride) resin shall constitute not less than 99 percent, by weight, of the resin used in the formation. Copolymer resins will not be permitted. B. All plastic liner plate sheets, joint, corner, and welding strips shall nave the following physical properties when tested at 77" F± 5". Property Initial (Par.2.4) Tensile Strength 2,200 psi min. 2,100 psi min. Elongation at Break 200% min. 200% min. Shore Durometer Type D 1-spec. 50-60 ±5 with respect to 10-spec. 35-50 ±5 initial test result Weight Change ±1.5% C. Tensile specimens shall be prepared and tested in accordance with ASTM D412 using die. Weight change specimens shall be 1-inch by 3-inch sample of the sheet thickness. Specimens may be taken from sheet and strip at any time prior to final acceptance of the work. D. Liner plate locking extensions embedded in concrete shall withstand a test pull of at least 100 pounds per linear inch, applied perpendiculariy to the concrete surface for a period of one minute, without rupture of the locking extensions or withdrawal form embedment. This test shall be made at a temperature of 70-80''F inclusive. E. All plastic liner plate sheets, including locking extensions, all joint, corner, and welding strips shall be free of cracks, cleavages, or other defects adversely affecting the SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION PVC LINER 03475-2 F. G. 2.3 A. B. protective characteristics of the material. The Engineer may authorize the repair of such defects by approved methods. The lining shall have good impact resistance, shall be flexible, and shall have an elongation sufficient to bridge up to %-inch settling cracks, which may occur in the pipe, joint of structure after installation, without damage to the lining. The lining shall be repairable at any time during the life of the pipe or structure. Chemical Resistance Testing After conditioning to constant weight at 110°F, tensile specimens and weight change specimens shall be exposed to the following solutions for a period of 112 days at 77T±5. At 30 day intervals, tensile specimens and weight change specimens shall be removed from each of the chemical solutions and tested in accordance with Paragraph 2.3.2. If any specimen fails to meet the 112-day requirements before completion of the 112-day exposure, the materials will be subject to rejection. Chemical Solution Concentration Sulfuric Acid 20%* Sodium hydroxide 5% Ammonium hydroxide 5%* Nitric acid 1% Ferric chloride 1% Soap 0.1% Detergent (linear alkyl benzyl sulfonate or LAS) 0.1% Bacteriological BOD not less than 700ppm * Volumetric percentages of concentrated CP grade reagents. 2.4 Dimension of Basic Size Sheet (4-foot widths) A. Liner sheets shall be minimum of 0.065-inch in thickness. Locking extensions (T- shaped) of the same materials as that of the liner shall be integrally extruded with the sheet. Locking extensions shall be approximately 2.5-inches apart and shall be at least 0.375-inches high. Type 2 liner sheets shall be 3/32-inch in thickness. Liner sheets shall be white in color. B. Sheets shall have a nominal width of 48-inches and a length of not more than 24-feet, except that longer lengths may be supplied on special order. Lengths specified shall include a tolerance at a ratio of ±14-inch for each 100-inches. C. Sheets no used for shop fabrication into larger sheets shall be shop tested for pinholes using an electrical spark tester set at 20,000 volts minimum. Any holes shall be repaired and retested. 2.5 Manufacturer SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION PVC LINER 03475-3 Liner and accessories shall be Amer-Plate Y T-Lock liner, Amer-Plate Arrow-Lock Rehab liner, Amer-Plate 94Y welding strips, and Amer-Plate 19Y adhesive system (thinner, primer and adhesive) as manufactured by Ameron Protective Linings Division (Brea, California) or approved equal. PART 3 EXECUTION 3.1 Installation A. Installation of the lining, including preheating of sheets in cold weather and the welding of all joints, shall be done in accordance with the recommendations of the manufacturer. B. Coverage of the lining shall not be less than the minimum shown on the Plans or specified herein. C. The lining shall be installed with the locking extensions running vertically except for where horizontal locking extensions are recommended by the PVC liner manufacturer to seal liner terminations. D. The lining shall be held snugly in place against inner forms by means of steel banding straps or other means recommended by the manufacturer. Banding straps must be located in the precut channels to prevent crushing or tilting of the locking extensions. E. If banding straps are used, a steel channel, angle, or bar may be inserted along the edge locking extension of each liner for concrete pipe or cast-in-place structures. Steel channel, angle, or bar shall be of sufficient stiffness to hold the longitudinal edges of the lining snugly against the form. These may be removed after the concrete is vibrated into place. F. Locking extensions shall terminate not more than one and one-half inches {VA") from the end of the formed wall section. When used, joint flaps shall extend approximately four inches (4") beyond the end of the inside surface. G. Concrete poured against the PVC liner shall be vibrated, spaded, or compacted in a careful manner so as to protect the lining and produce a dense, homogenous concrete, securely anchoring and locking extensions into the concrete. H. In removing forms, care should be taken to protect the lining from damage. Sharp instruments shall not be used to pry forms from lined surfaces. When forms are removed, any nails that remain in the lining shall be pulled, without tearing the lining, and the resulting holes cleariy marked. Form tie holes shall be marked before ties are broken off and all areas of serious abrasion or damage shall be marked. I. All nail and tie holes and all cut, torn, and seriously abraded areas in the lining shall be patched. Patches made entirely with welding strip shall be fused to the liner over the entire patch area. Larger patches may consist of smooth liner sheet applied over the damaged area with adhesive. All edges must be covered with welding strip fused to the patch and to the sound lining adjoining the damaged area. J. Hot joint compounds, such as coal tar, shall not be poured or applied to the lining. SEPTEMBER 2012 CONTRACT 5515 PVC LINER VANCOUVER STREET HDD SEWER EXTENSION 03475-4 K. The Contractor shall take all necessary measures to prevent damage to installed lining from equipment and materials used in or taken through the work. 3.2 Special Requirements for Cast-ln-Place Structures A. Placement of Liner within Forms: Liner Sheets shall be closely fitted and properiy secured to the inner forms. Sheets shall be cut to fit curved and warped surfaces using a minimum number of separate pieces. If liner joints are to be Type C-3 joints (as described in Paragraph SC-9.9), the adjacent sheets shall be butted with not more than 1/8-inch opening between the sheets. A welding strip fusion-welded on the back of butt joint or other means recommended by the manufacturer shall be used to prevent wet concrete from flowing around edges. B. Interfaces Between Concrete and Non-Concrete Surfaces: Unless othenA/ise shown on the Plans, the lining shall be returned at least three inches (3") at the surfaces of contact between the concrete structure and items not of concrete (including vitrified clay, ductile iron, or PVC pipes). The same procedure shall be followed at joints where the type of protective lining is changed or the new work is built to join existing unlined concrete. At each return, the returner liner shall be sealed to the item in contact with the plastic-lined concrete using the manufacturer's recommended adhesive system. If the liner cannot be sealed with this adhesive because of the joint at the return being too wide or rough or because of safety regulations, the joint space shall be densely caulked with Concresive LPL (Master Builders Company) to one inch (1") depth of an approved corrosion resistant material as necessary. The hole cut in PVC liner to accommodate -""^ penetrations shall be small enough so that after pressing the liner over the penetration, a minimum of one inch (1") of liner shall lay flat on the penetration. Lining at joints shall be free of all mortar and other foreign matter and shall be clean and dry before joints are made. C. Field Joints in the PVC Liner: Field Joints: In the lining shall be of the following described types, used as prescribed: 1. Type C-1: The joint shall be made with a separate 4-inch joint strip and two (2) welding strips. The four inch (4") joint strip shall be centered over the joint, tack-welded to the liner then welded along each edge to adjacent sheets with one inch (1") weld strip. The width of the space between adjacent sheets shall not exceed two inches (2"). The four inch (4") joint strip shall lap over each sheet a minimum of one-hatf inch (!4"). It may be used at any transverse or longitudinal joint. 2. Type C-2: The joint shall be made by lapping sheets not less than one-half (14"). One welding strip is required. The upstream sheet shall overiap the one downstream. The lap shall be tack-welded into place prior to welding. 3. Type C-3: The joint shall be made by applying one inch (1") wide welding strip on the back of the butt joint or by some other method by the manufacturer to prevent wet concrete from getting under the sheet. After the forms have been stripped, a one inch (1") welding strip shall be applied over the face of the sheet. SEPTEMBER 2012 CONTRACT 5515 PVC LINER VANCOUVER STREET HDD SEWER EXTENSION 03475-5 All welding is to be in strict conformance with the recommendations of the lining manufacturer and with the requirements given herein. Welding shall fuse both sheets and weld strip together to provide a continuous joint equal in corrosion resistance and impermeability to the liner plate. Hot-air welding guns shall provide effluent air to the sheets to be joined at a temperature between 500T and 600°F. Welding guns shall be held approximately one-half inch (14") from and moved back and forth over, the junction of the two (2) materials to be joined. The gun shall be moved slowly enough as the weld progresses to cause a small bead of molten material to be visible along both edges and in front of the weld strip. D. Testing and Repairing Damaged Surfaces: All surfaces covered with lining, including welds shall be tested with an approved electrical holiday detector (Tinker & Rasor Model No. AP-W with power pack) with the instrument set at 20,000 volts minimum. All welds shall be physically tested by a nondestructive probing method. All patches over holes, or repairs to the liner wherever damage has occurred, shall be accomplished in accordance with Paragraph C. Each transverse welding strip which extends to a lower end of the liner will be tested by Owner. The welding strips shall extend two inches (2") below the liner to provide a tab. A ten (10) pound pull will be applied to each tab. The force will be applied normal to the face of the structure by means of a spring balance. Liner adjoining the welding strips will be held against the concrete during application of the force. The ten (10) pound pull will be maintained if a weld failure develops, until no further separation occurs. Defective welds will be retested after repairs have been made. Tabs shall be trimmed away neatly by the installer of the liner after the welding strip has passed inspection. Inspection shall be made within two (2) days after the joint has been completed in order to prevent tearing the projection weld strip and consequent damage to the liner from equipment and materials used in or taken through the work. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 PVC LINER VANCOUVER STREET HDD SEWER EXTENSION 03475-6 SECTION 15045 TESTING OF GRAVITY SEWER PIPELINES PART1 GENERAL 1.1 Description This section designates the requirements and procedures for leakage and infiltration testing of gravity sewer pipelines. The Contractor shall furnish all labor, materials, tools, and equipment necessary to provide and complete leakage and infiltration testing as specified. It is the intent of the Plans and Specifications that the completed gravity sewer pipes of all types, along with manholes and other appurtenances, shall be watertight. 1.2 Related Work Described Elsewhere The Contractor shall refer to the following Specification section(s) for additional requirements: • Shop Drawing Submittals: 01300 1.3 Submittals Contractor shall furnish submittals in accordance with the requirements of Section 01300, Shop Drawing Submittals. The following submittals are required: • If requested by the Owner, the Contractor shall furnish a detailed plan showing how the Contractor intends to test and flush the pipeline. PART 2 MATERIALS 2.1 General The Contractor shall furnish all labor, materials and equipment necessary for completing the testing process as specified herein. The equipment utilized by the Contractor shall arrive on the site in good and proper working order and ready for use. PARTS EXECUTION 3.1 General A. Each section of sewer between two successive manholes shall be tested for leakage or, at the option of the Owner's Representative, for infiltration, or both. The leakage test shall be made on all sections of sewer. The infiltration test shall also be made where excessive groundwater is encountered. B. Even though a section may have previously passed the leakage or infiltration test, each section of sewer shall be tested subsequent to the last backfill compacting operation in connection therewith, wherein, in the opinion of the Owner's Representative, heavy compaction equipment of any of the operations of the Contractor or others may have damaged or affected the required water-tight integrity of the pipe, structure, and appurtenances. The Contractor shall furnish all materials required for the tests and bear all costs in connection therewith. Tests shall be made in the presence of the Owner's Representative. SEPTEMBER 2012 CONTRACT 5515 TESTING OF GRAVITY SEWER PIPELINES VANCOUVER STREET HDD SEWER EXTENSION ' 15045-1 If the leakage and/or infiltration rate, as shown by the tests specified herein, is greater than the amount specified, the pipe joints shall be repaired or, if necessary, the pipe shall be removed and relaid by the Contractor at his expense. The sewer will not be considered acceptable until the leakage and/or infiltration rate, as determined by test, is less than the allowable. 3.2 Sewer Pipe Cleaning A. All sewer pipe shall be thoroughly fiushed with clean water from manhole to manhole with an appropriately size inflatable ball. B. All construcfion debris and water shall be removed from each manhole prior to removal of expandable plugs. C. Water used in flushing the new sewer mains and laterals shall not be discharged into the existing sewer system. 3.3 Tests For PVC Gravity Sewer Pipe A. Leakage Test: The leakage test shall be conducted by an air test. Each section of sewer between two successive manholes shall be tested by plugging ali pipe outiets with suitable test plugs. Air shall be slowly added until the internal pressure is raised to 4.0 pounds per square inch gauge (psig). The compressor used to add air to the pipe shall have a blowoff valve set at 5 psig to ensure that at no time the internal pressure in the pipe exceeds 5 psig. The internal pressure of 4 psig shall be maintained for at least two minutes to allow the air temperature to stabilize, after which the air supply shall be disconnected and the pressure allowed to decrease to 3.5 psig. The time in minutes that is required for the internal air pressure to drop from 3.5 psig to 3.0 psig shall be measured. The results shall not be less than the minimum permissible duration for air test pressure drop tabulated below: MINIMUM DU RATION FOR AIR TEST PRESSURE DROP - PVC PIPE Pipe Diameter Test Time Minimum Distance Between Manholes (Inches) (Minutes) (Seconds) (Feet) K Value 4 1 53 597 0.19 6 2 50 398 0.43 8 3 47 298 0.76 10 4 43 239 1.19 12 5 40 199 1.71 15 7 5 159 2.67 The above tabulated valves shall be used for the respective diameter pipes, except where the distance between successive manholes is more than the above tabulated values, in which case the following formula will be used to determine the test time: SEPTEMBER 2012 CONTRACT 5515 VANCOUVER STREET HDD SEWER EXTENSION TESTING OF GRAVITY SEWER PIPELINES 15045-2 T = KL In which T = test time in seconds K = minimum allowable test time in seconds per lineal foot of pipe L = distance between successive manholes in feet If the pressure drop from 3.5 psig to 3.0 psig occurs in less time than the above tabulated values, the pipe shall be overhauled and if necessary, replaced until the joints and pipe shall hold satisfactorily under this test. B. Infiltration Test: If, In the construction of a section of the sewer between structures, groundwater is encountered, the end of the sewer at the upper structure shall be closed sufficientiy to prevent the entrance of water and pumping of groundwater shall be discontinued for at least three days after which the section shall be tested for infiltration. The infiltration shall not exceed 50 gallons per inch of internal diameter per mile per day. Where any infiltration in excess of this amount is discovered before completion and acceptance of the sewer, the sewer shall be immediately uncovered and the amount of infiltration reduced to a quantity within the specified amount of infiltration, before the sewer is accepted, at the expense of the Contractor. Should, however, the infiltration be less than the specified amount, the Contractor shall stop any individual leaks that may be observed when ordered to do so by the Owner's Representative. The Contractor shall furnish ail labor and materials for making the tests required at his own expense. All tests must be completed before the street or trench is resurfaced, unless othenA/ise determined by the Owner's Representative. C. Deflection Test: All flexible and semi-rigid main line pipe shali be tested in accordance with SSPWC Sections 306-1.2.12 and 306-1.2.13 for deflection joint displacement, or any other obstruction by passing a rigid mandrel through the pipe by hand, not less than 30 days after completion of the trench backfill, but prior to permanent resurfacing. The mandrel shall be a full circle, solid cylinder, or a rigid, non-adjustable, odd-numbered leg (9 leg minimum) steel cylinder, accepted by the ENGINEER as to design and manufacture. The circular cross section of the mandrel shall have a diameter of ait least 95 percent of the specified average inside diameter of the pipe and the minimum length of the circular portion of the mandrel shall be equal to the nominal diameter of the pipe. Obstructions encountered by the mandrel shall be corrected by the CONTACTOR. 3.4 Closed Circuit Television Inspection A. A closed circuit television inspection shall be conducted of new sewer lines after sewer pipe cleaning and mandrel testing. B. Closed circuit television inspections shall be performed in accordance with the SSPWC, 500-1.1.5 Video documentation shall be provided in digital format (DVD). C. All defects and evidence of reverse slope by ponding of water or dips in pipe alignment revealed by the closed circuit television inspections shall be repaired to the satisfaction of the City Engineer at the Contractor's expense. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 TESTING OF GRAVITY SEWER PIPELINES VANCOUVER STREET HDD SEWER EXTENSION 15045-3 SECTION 15063 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE PART 1 GENERAL 1.1 Description This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, gravity sewer pipe to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. This work shall be in accordance with these specifications and the City of Carisbad Standards for Sanitary Sewers. 1.2 Reference Standards ASTM D2321 Underground Installation of Flexible Thermoplastic Sewer Pipe ASTMD2412 Pipe Stiffness Test ASTM D3034 PVC Sewer Pipe and Fittings (4" to 15") ASTM D3212 Joints far Drain and Sewer Plastic Pipe Using Elastomeric Seals ASTM F477 Elastomeric Gaskets for Joining Plastic Pipe ASTM F679 PVC Large Diameter Gravity Sewer Pipe and Fittings (13" to 27") UNI-B-5 Uni Bell Recommended Practice for the Installation of PVC Sewer Pipe 1.3 Related Work Described Elsewhere The Contractor shall refer to the following Specification secfions} for additional requirements: • Trenching, Excavation, Backfilling and Compaction: 02223 • Earthwork: 02200 • Testing of Gravity Sewer Pipelines: 15045 1.4 Submittals The Contractor shall furnish submittals in accordance with the Section 01300 and General Provisions. Submittals are required for the following: A. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts and other information. B. An affidavit from the pipe manufacturer including compliance with requirements of the Plans and Specifications shall be delivered with the pipe. 1.5 Quality Assurance A. The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe has l^een subjected to the tests specified for PVC gravity sewer pipe. Tests shall show that the pipe has been found to meet all the requirements of ASTM D3034, F679, and/or F794 as applicable. SEPTEMBER 2012 CONTRACT 5515 PVC SEWER PIPE VANCOUVER STREET HDD SEWER EXTENSION 15063-1 B. Sewer pipe shall be furnished in standard 14' or 20' lengths, unless othenA/ise detailed or required on the Approved Plans. Random lengths may be furnished but shall not exceed 15% ofthe total footage. C. PVC pipe and couplings shall bear indelible identification markings as required by ASTM D3034, F679 and/or F794 and as follows: 1. All pipe, fittings, and couplings shall be cleariy marked at an interval not to exceed 5' as follows: • Nominal pipe diameter. • PVC cell classification. • Company, plant, date of manufacture, ASTM and SDR designation. Fittings and couplings do not require the SDR designation. • Service designation or legend. 2. All pipe shall have home marks on the spigot ends to indicate proper penetration when joints are made. 1.6 Delivery. Storage, and Handling A. PVC pipe shall be stored in suppliers' yards and on the job site in accordance with AWWA M23 and the manufacturer's recommendations. PVC pipe that has been subjected to excessive ultraviolet radiation from the sun shall not be used. The determination as to the acceptability of PVC pipe faded by the sun's radiation shall rest solely with the City's Engineer. B. Store PVC pipe in the field by supporting the pipe uniformly per AWWA M23. Do not stack pipe higher than 4' or stack the pipe witli weight on the bell ends. Cover stored PVC pipe to protect it from the sun's ultraviolet radiation. Any pipe that has been contaminated with any petroleum products (inside or outside) shall not be installed. C. Pipe and fittings shall be handled according to manufacturer's recommendations. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. All pipe, fittings, and other pipeline materials shall be lowered into the trench in a manner that prevents damage. Pipe shall not be dropped, dragged or handled in a manner that will cause bruises, cracks, or other damage. PVC pipe or fittings that have been gauged or scratched shall be subject to rejection as determined by the City Engineer. PART 2 MATERIALS 2.1 General PVC gravity sewer pipe shall be made of PVC plastic having a cell classification of 12454-B, 13364-A, or 13364-B as defined in ASTM D1784. The fittings shall be made of PVC plastic having a cell classification of 12454-B, 92454-C, or 13343-C as defined in ASTM D1784. 2.2 Pipe A. PVC gravity sewer pipe, fittings, coupling and joints, 4-inch through 15-inch, shall be manufactured in conformance with the requirements of ASTM D3034, SDR 35 and shall ...^ SEPTEMBER 2012 CONTRACT 5515 PVC SEWER PIPE VANCOUVER STREET HDD SEWER EXTENSION 15063-2 have gasketed joints. All pipe shall be of solid wall construction with smooth interior and exterior surfaces. B. PVC gravity sewer pipe, fittings, coupling and joints, 18-inch through 21-inch, shall be manufactured in conformance with the requirements of ASTM F679 with T-1 waLl thickness and shall have gasketed joints. All pipe shall be of solid wall construction with smooth interior and exterior surfaces. C. The minimum pipe stiffness for both small diameter and large diameter PVC gravity sewer pipe shall be 46 psi according to ASTM D2412. D. Pipe Manufacturer's, or equal: • J-M Manufacturing, Co. • Certainteed Corp. • Diamond Plastics 2.3 Joints A. The pipe shall be jointed with an integral bell gasketed joint that meets the requirements of ASTM D3212. The gasket shall be manufactured from a synthetic elastomer and factory installed in the belied end of the pipe. Gasket shall conform to ASTM F477. B. All pipe shall have a homemark on the spigot end to indicate proper penetration when the joint is made. The socket and spigot configurations for fittings and couplings shall be compatible to those used for the pipe. PARTS EXECUTION 3.1 General A. At all times when the work of installing pipe is not in progress, including worker break times, close the ends of the pipe with a tight-fitting, vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. B. Where pipe sections less than standard pipe lengths are required, the pipe sections shall be installed in accordance with the manufacturer's installation guide and shall only be used with the approval of the City Engineer. The minimum pipe length permitted is 5' when used to connect to manholes and cleanouts. The minimum pipe length permitted for stub outs shall be 36". 3.2 Trenchinq. Backfilling and Compaction Trenching, bedding, backfilling and compaction operations shall be performed in accordance with Section 02223. 3.3 Dewaterinq The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose alt water from any source entering trench excavations SEPTEMBER 2012 CONTRACT 5515 PVC SEWER PiPE VANCOUVER STREET HDD SEWER EXTENStON 15063-3 or other parts of the work in accordance with Section 02223. Any damage caused by flooding of the trench shall be the Contractors responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the flnal lines and grades and protection of all utilities. Sewer mains shall not be used as drains for dewatering construction trenches. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances or trench materials shall be repaired or replaces as directed by the Engineer. 3.4 Pipeline Installation When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for conflned space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.145, and the General Industry Safety Orders of the California Code of Regulations, Titie 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. The Contractor shall furnish and install ali pipe, specials, fittings, closure pieces, supports, gaskets, jointing materials, and all other appurtenances as shown and as required to provide a complete and workable installafion. Pipe installation shall be as recommended in UNI-B-5 except as modified below and as shown on the Approval Plans. A. Inspect each section of pipe prior to lowering the pipe into the trench. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. B. Install pipe according to the manufacturer's approved order of installation to the proper lines and grades as shown on the Approved Plans. 1. Pipe shall be installed with pipe bells up-grade. Lay pipes uphill if the grade exceeds 10 percent (10%). 2. Installation tolerances for the pipe shall not vary more than 2" horizontally or 1" vertically from the alignment and elevation shown on the Approved Plans. 3. Install the pipe such that the identification markings on each pipe section are continuously aligned for the total length of the pipeline alignment. Orient the strip marking upwards to the 12 o'clock position (top) of the trench opening. 4. Avoidance of reverse slope: Any pipeline installed with reversed slope, as evidence by ponding of water or sag, is not allowed. Any such pipeline shall be removed and replaced {at proper line and grade).to the nearest upstream and downstream sewer structure as directed by the City Engineer. C. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell and or coupling. D. Field cutting and riiilling shall be accomplished to equal the quality of shop-fabricated ends in accordance with the manufacturer's written instructions. SEPTEMBER 2012 CONTRACT 5515 PVC SEWER PIPE VANCOUVER STREET HDD SEWER EXTENSION 15063-4 E. Pipe Assembly: Assemble the pipe joint using the lubricant supplied by the pipe manufacturer. Insert the spigot end into the bell or coupling to proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive the spigot end into the bell in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. F. Pipe cun/ature shall comply with design requirements specified in Chapter 6 of Volume 1 of the Carisbad Engineering Standards. Mechanical means shall not be used to accomplish bending. Bending should be done manually by workers in the trench. Curvature will be accomplished by bending the pipe rather than deflecting joints. G. PVC wyes shah be located where shown on the Approved Plans in accordance with the Standard Drawings. Wyes shall not be placed closer than 5' from the exterior of any structure such as manholes. 3.5 Sewer Laterals A. The Contractor shall install sewer laterals using wye-branch fittings sized and located as shown on the Approved Plans. B. All sewer laterals that are to be left unconnected to a building lateral extension shall be capped and identified as shown on the Standard Drawings. C. All sewer laterals shall run perpendicular from the sewer main to the property line. They shall be bedded, backfilled and compacted the same as the sewer main into which they connect in accordance with Section 02223. D. All Sewer laterals shall be plugged or capped at the end of the last joint, to withstand the internal pressure during leakage and infiltration testing. 3.6 Saddle Connections to Existing Sewer Mains The Contractor shall furnish the saddle fitting, appurtenances and all other materials necessary to complete the connection. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, bypass pump, and fittings as part of the equipment for making the connecfions. Emergency standby equipment or materials may be required of the Contractor by the City Engineer, Saddle connections to existing sewer mains for the tie-in of new sewer laterals shall be as follows: A. Prior to construction. Contractor shall pothole the existing pipe at the location of the proposed connection. The City shall inspect the pothole prior to Contractor's repair of trench. Contractor shall record the following information on Record Drawings: 1. Pipe size, outside diameter. 2. Pipe type such as PVC or VCP. SEPTEMBER 2012 CONTRACT 5515 PVC SEWER PIPE VANCOUVER STREET HDD SEWER EXTENSION 15063-5 3. Elevation, grade, and alignment. 4. Can the tie-in be made at the indicated location, assure no collars, pipe bells, fittings or couplings exist in the area ofthe connection. 5. Potential conflicts with existing utilities. B. To facilitate the proposed connection and allow for slight adjustment in alignment, the Contractor shall leave a minimum 10' gap between the new pipe installation and the proposed connection point at the existing main. The Contractor shall leave a gap longer than 13' if conditions warrant, or if directed by the Engineer. C. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule the connecfion with the City Engineer. 1. Tie-ins will be scheduled at the convenience of the City. Work may be scheduled for nights and weekends if required. 2. The Contractor shall give the City Engineer a minimum of five (5) woricing days notice prior to any proposed excavation. Scheduling shall be subject to approval of the City Engineer. 3. The City Engineer may postpone or reschedule the connection operafion if for any reason, the City Engineer believes that the Contractor is improperiy prepared with competent personnel, equipment, or materials to proceed with the connection. 4. If progress in completing the connection within the time specified is inadequate, the City Engineer may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. D. Contractor may proceed with the excavation and connection, only when approved materials are onsite, connection operations have been scheduled and a copy of the approved traffic control plan has been supplied to the City Engineer. 1. The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut-in installation. 2. The Contractor shall provide lights, barricades and traffic control in accordance with the Agency of jurisdiction as deemed necessary for the excavation by the City Engineer. 3. After the City Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plan in accordance with Standard Specifications including: • Installing the pipe sections necessary to make the closure to the new system. • Complete all backfill and compaction of the trench in accordance with Section 02223. • Make all pavement repairs and/or replacement as necessary in accordance with agency of jurisdiction requirements. SEPTEMBER 2012 CONTRACT 5515 PVC SEWER PiPE VANCOUVER STREET HDD SEWER EXTENSION 15063-6 iiiiiii*'^ • Discard pipe and appurtenances removed from service as specified in this Section. W • In lieu of a saddle connecfion, a wye connection may be made by cutting the sewer and installing a wye. All applicable provisions of this Specification will be adhered to in making a cut-in wye connection. 3.7 Connection to Existinq Sewer Svstems A. Connection to the existing sewer system at an existing manhole or dead end shall be made as shown on the Approved Plans in accordance with Section 03460. All work shall be performed in the presence of the City Engineer. B. In order to prevent accidental use of the new sewer before completion and acceptance, the new inlet to the existing tie-in manhole and outlet ofthe new upstream manhole shall be sealed with expandable plugs. Installation of plugs shall be in accordance with the manufacturer's recommendations and as approved by the City Engineer. Plugs shall be removed at the time of final inspection or as directed by the City Engineer. 3.8 Pipeline Abandonment A. Sewer pipelines specifically identified to be abandoned in-place shall be slurry filled with a 2-sack cement slurry. All other inacfive sewer lines shall be removed, unless directed othenA/ise by the City Engineer. B Sewer laterals shall be cut and capped at the main or property line, as directed by the ^ ' City Engineer. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 PVC SEWER PIPE VANCOUVER STREET HDD SEWER EXTENSION 15063-7 SECTION 15075 HORIZONTAL DIRECTIONAL DRILLING/GUIDED DRILLING PART 1 GENERAL 1-1 Description and Backqround This specification section describes the requirements for the Vancouver Street Horizontal Directional Drill (HDD) Sewer Extensions for either one high density polyethylene (HDPE) pipe) pipe from Hidden Canyon Community Park off of Vancouver Street to the Cul-de-sac at Via De Canto in Carisbad, California as shown on the drawings (jobsite) using the trenchless construction process called Horizontal Directional Drilling (HDD). The Contractor shall provide all labor, machinery, construction equipment, and materials to perform in a good workmanlike manner all items herein specified. The project is located within the City of Carisbad, and consists ofthe replacement ofthe exisfing Vancouver Lift Station with a gravity sewer pipeline. The HDD route begins at the end of Via De Canto where a new manhole will be installed over the existing sewer main and then ends at a new manhole in the LanA/in Park Parking lot. The job will utilize Horizontal Directional Drilling for approximately 875 feet horizontally and 35 feet vertically. Work to be done by the Contractor shall include, but not be limited to, the following items: A. Comply with all other requirements of the Plans, Specifications, and Contract Documents for the Vancouver Lift Station Abandonment and HDD Sewer Extension Pipeline. B. Transport all equipment, labor, consumables, and materials to and from the job site; C. Prepare the site including drive and reception areas as defined on the drawings and specified herein; D. At the Contractor's opfion, supply, installation, and testing of approximately 875 feet of 10- inch DR 9 HDPE (per section 15150) pipeline for the Vancouver job respectively with Horizontal Directional Drilling and open trench methods on the bore path shown on the attached plan and profile drawings. The actual length of pipes shall be shortened or extended, as necessary to complete the required drill paths and the temporary above ground end extensions used for installafion and tesfing. Perform Horizontal Direcfional Drilling operafions including construction of a receiving pit, drilling of pilot holes, reaming of pilot holes to suitable diameters, and pull back ofthe specified high density polyethylene pipes. E. The Contractor shall provide open trench removal of excess pipe after pipe pullback and final fie-in ofthe pipe at Via De Canto, and open trench installation in Vancouver Street for final tie-in s shown on the drawings F. Project area including, but not limited to: 1. Rough grading area at the downstream pipe entry point shall be used for locating the drilling equipment, cuttings collection pit, exit point slurry containment pit, and placing of cuttings separation equipment and drainage. All pits will be surrounded by an 18-inch high containment berm lined with heavy plastic sheeting with sealed joints to contain drilling mud SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-1 '"'""'^^ 2. and cuttings and to minimize water infiltrafion. Hay bales shall be used to line the top edge W of the sloped areas to minimize erosion and prevent foreign material from discharging into the surrounding areas. 3. The Contractor shall grade the boring pads and surrounding area to provide a foundation for the drilling equipment and drill mud collection areas. Erosion control measures will also be installed. 4. A temporary pipe launcher/roller system (or equal) and pipe launching equipment will be laid out and constructed by the Contractor. 5. The Contractor will string out up to 875 feet ofthe product pipe in a line easteriy or westerly of the pipe entrance point along Vancouver Street, as shown on the plans. The pipe segments will be heat fused and then air or hydrostatically tested. Pipe will be supported on rollers or other acceptable support devices to prevent scraping and gouging ofthe pipe as it is installed. The pipes may be welded and tested in two segments, joining them prior to pull back. 6. Provide temporary end caps and hydrostatically test the HDPE pipeline. 7. After drilling the pilot bore and reaming the bore out to about 16" diameter, the pipe will be pulled from the end of the alignment back into the bore hole to the start of the installation. Once pipe pullback operation has begun for each project, it will be continued until completion without stopping. 8. Cleanup and demobilize drilling equipment from the site. 9. Complete pipeline installation work at either end of the newly installed HDPE pipeline. 1.2 Qualifications The Contractor's project manager, superintendent and driller operator assigned to this project must be experienced in work of this nature and must have successfully completed similar gravity sewer projects using Horizontal Directional Drilling. These personnel must have completed at least three (3) projects of similar difficulty and magnitude to the proposed work. The HDPE Welder shall have current training certification acceptable to the Engineer. The welding equipment, welding monitoring and testing devices, air pressure testing and monitoring devices, and hydrostatic pressure testing devices shall each have been recentiy calibrated, and evidence of such calibrations shall be provided to the Engineer for review and approval. 1.3 General Requirements Portions ofthe Vancouver Street sewer extension shall be installed by Horizontal Directional Drilling. Horizontal Directional Drilling is a trenchless excavation technique for installing pipelines and conduits in two phases. The first phase consists of drilling a small diameter pilot hole along a designed directional path. The second phase consists of enlarging the pilot hole to a diameter suitable for installafion ofthe pipe or conduit, and pulling the pipe or conduit into the enlarged hole. The method is accomplished using a surface launched horizontal directional drilling rig and ancillary tools and equipment. SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-2 The drill string shall create a pilot bore hole in an essentially horizontal path or shallow arc which shall subsequently be enlarged to a larger diameter during a secondary operation. Subsequent operations could include multiple hole enlargements in steps and pullback of the product pipe. Tracking of the initial bore path shall be accomplished by a conventional electromagnetic sound walk-over tracking system. Magnetic Guidance System (MGS) probe or proved gyroscopic probe and interface shall be used to provide a continuous and accurate determination ofthe location ofthe drill head during the drilling operation. The guidance shall be capable of tracking at the maximum depth required and in the soil conditions identified in the project's geotechnical report. It shall enable the driller to guide the drill head by providing immediate information to the tool face, azimuth (horizontal direction) and inclination (vertical direction). The guidance system shall be of a proven type and shall be setup and operated by personnel trained and experienced with this system. The operator shall be aware of any geo-magnetic anomalies and shall consider such infiuences in the operafion of the guidance system if using a magnetic system. Steering shali be achieved by controlling the orientation ofthe drill head which has a directional bias and pushing the drill string fonA/ard, without rotation, with the drill head oriented in the desired direction. Continuous rotation ofthe drill string shall allow the drill head to drill a straight path. The procedure shall use fluid jets or mechanical cutting or both with a low, controlled flow rate of drilling fluid to minimize the creation of voids during the pilot hole drilling and back reaming operations. The drilling fluid, shall consist of bentonite clay and water mixture, or approved alternative, which shall stabilize the drilled hole, remove cuttings, cool the drill bit and electronics, and lubricate the hole for the drill bit, drill string and product pipe. The resultant slurry shall surround the pipe, filling the annulus between the pipe and the drilled hole. The Contractor shall assume all responsibility for his methods of construction, the stability and accuracy of the drilled and reamed hole and pits constructed by him, and all costs for damages resulting from any failure thereof The Contractor shall be solely responsible for the safety ofthe pits and related structures, and personnel engaged in underground construction throughout the duration of the work. The Contractor's methods and schedule shall consider the overall project requirements and anticipated ground condition and water conditions as described in the attached referenced Geotechnical Report. The Contractor selection of inadequate, inappropriate, or inefficient equipment and methods shall not be cause for adjustments to the Contract Price or Contract Time. The general dimensions, arrangement and details for the drilled hole to be constructed shall be as indicated on the Contract Drawings. Methods of excavation, equipment and procedures for the horizontal directional drilling operation and pits shall be selected by the Contractor to provide adequate working space and clearances for the work to be performed. Pit excavation methods, ground water control and pit support techniques shall be selected by the Contractor. The Contractor shall be responsible for cleanup and disposal of all remaining imported or excavated spoils, trash, and debris to a legally acceptable disposal location, as approved by the Engineer. 1.4 Utilities Contractor shall be required to locate all utilities prior to start of excavation or drilling. All utilities crossed or approached within 24 inches in a lateral direction must be exposed to verify location. In addition visual verification shall be required that the drill, reamer or product pipe has missed the utility as it passes in accordance with California State law. Damage to ufilifies shown on the drawings shall be the responsibility of the Contractor. SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-3 utility lines and structures indicated on the Drawings shall remain in service at all times and shall be W protected by the Contractor from any damage as a result of his operations. Where ufility lines or structures not shown on the Drawings are encountered, the Contractor shall report them to the Owner before proceeding with the Work. The Contractor shall bear the cost of repair or replacement of any ufility lines or structures which are broken or damaged by his operations. All utilities in close proximity to the drill pilot bore, back ream or product pipe installation must be exposed through a "pot-hole" or other opening, in accordance with appropriate utility locating laws and regulations, to ensure, through visual inspection, that the drill, reamer or product pipe has caused no damage to the utility and maintains adequate clearance. All underground utilities within 10 feet ofthe HDD drill path shall be potholed after USA Alert mark- out and prior to pilot hole drilling. Any utility that confiicts with the proposed design shall immediately be brought to the attenfion of the engineer. There are small diameter high pressure gas lines in the vicinity of the work. Contractor shall coordinate with and follow all requirements of SDG&E to avoid damage to the gas lines. Contractor shall include the cost of temporary or permanent gas line relocation in the bid amount without further cost to the owner, if required to complete the sewer installation. Contractor shall take the following steps prior to commencing drilling operations in a location which might contain underground facilities: A. Contact the utility or utility location/notification service, through Underground Sen/ice Alert at 1 -800-422-4133 for markout of all utilities. B. Contact the following utility owners seven days prior to construction work: Underground Sen/ice Alert Mark-out for All Utilities 800-422-4133 City of Carisbad Streets and Storm Drain 760-434-2980 City of Carisbad Sewer, Water, & Reclaimed Water 760-438-3367 San Diego Gas & Electric Gas 760-480-7761 San Diego Gas & Electric Electric 760-480-7761 San Diego Tel Com Communications 619-260-4312 Time Warner Cable TV 760-438-7741 NextG Networks Communications 408-954-1580 ATT Distribution Telephone 619-574-3661 Kinder Morgan Telephone 714-560-4400 C. Positively locate and stake alt existing lines, cables, or other underground facilities including exposing any facilities which are located within 10 ft. of the designed drilled path and any other utilities as required by the owner of those utilities. D. Modify drilling practices and downhole assemblies to prevent damage to existing facilities. 1.5 Traffic Control Plan and Encroachment Permit Contractor shall provide traffic control plans to the City for review and approval and issuance of an encroachment permit for Vancouver Street and all affected streets. Construction parking along the **** edge of Vancouver Street and adjacent road ways will be only allowed to the extent allowed by the approved encroachment permit. SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-4 1.6 Staqinq Area and Easements Contractor shall submit an equipment staging plan to the City of Carisbad for review with approval and issuance of a street encroachment permit from the City of Carisbad prior to start of constmction. The contractor shall comply with all requirements of the approved city traffic control plan and encroachment permit. At least one-half of all street widths shall be kept open at all fimes. 1.7 References A. The current edifion of the following American Society of Tesfing Materials (ASTM) publications forms a part of this Specification. • ASTM D1248: Specificafion for Polyethylene Plasfics Molding and Extrusion Materials • ASTM D3350: Standard Specificafion for Polyethylene Plasfics Pipe and Fittings Materials • ASTM 2657: Heat Joining of Polyethylene Pipe and Fittings • ASTM 3261: Butt Heat Fusion Polyethylene Plastic Fittings for Polyethylene Plastic Pipe and Tubing B. Work in conjuncfion with this Contract shall conform to the requirements of the Standard Specifications for Public Works Construcfion, "Greenbook," latest edition. This document is written and promulgated by the Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California. The document is published by Building News, 3055 Overiand Ave, Los Angeles, CA 90034, telephone (310)-202-7775 and is available at local technical book stores. The Contractor shall construct the work in accordance with any pertinent requirements of the Geotechnical Investigation Report entitied, "Geotechnical Evaluation, Vancouver Lift Station Abandonment and HDD Sewer Extension" Carisbad, California, Prepared for Dudek and Associates, Inc, by Ninyo & Moore Geotechnical and Environmental Sciences Consultants, August 27, 2010. If there are confiicts, errors, omissions, or discrepancies in any ofthe Contract Documents, the order of precedence shall be as stated in the General Conditions of the Contract Documents. 1.8 Safety. Codes, and Requlations The Contractor shall carry out his operations in strict accordance with equipment manufacturer's safety requirements. It shall be the responsibility of the Contractor to ensure that the appropriate items of personnel protective equipment necessary for the various working conditions are available and utilized by staff and its subcontractors. Horizontal Directional Drilling Equipment machine safety requirements will include a common grounding system to prevent electrical shock in the event of high voltage underground cable strike. The grounding system will connect all pieces of interconnecting machinery; the drill, mud mixing system, drill power unit, drill rod trailer, operator's booth, worker grounding mats and any other interconnected equipment to a common ground. The drill will be equipped with an "electrical strike" audible and visual warning system that will notify the system operators of an electrical strike. w SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-5 Operators of the drill shall wear electrical shock protection equipment and operate from common grounded mats as required. All work covered by this section shall be performed in accordance with the applicable federal and state codes and laws which pertain to such work and supplemental regulations which are contained in these specifications. In case of confiict between these specifications and any federal or state codes or laws, the most stringent shall govern. A. The Contractor shall familiarize himself with, and shall at all fimes conform to all applicable regulafions including, but not limited to: 1. The "General Construction Safety Orders" and "Trench Construction Safety Orders" of the State of California, Dept. of Industrial Relations, Div. of Occupational Health and Safety. 2. Confined space entry requirements of the State of California and the Federal Government. 3. City of Carisbad Encroachment Permit requirements. 4. Other applicable laws, codes, and regulafions. 1.9 Submittals The Contractor shall submit one original and three copies ofthe documents requested in this section for review by the Engineer. The Engineer will review all submittals for compliance with the requirements for this project. Such review does not relieve the Contractor in any way of his responsibilities under the Contract. Contractor shall not commence work on any Part or Subpart requiring a prior submission until his submittals have been reviewed and approved by the Engineer. A. Items to be Submitted with Bid Package: Contractor shall submit for the Engineer's review: Contractor's Experience Bid Submittal with the bid submittal. B. Preconstruction Submittals: Before initiating construction, the Contractor shall conduct and/or submit the following to the Engineer for review and approval: 1. Contractor shall arrange and conduct at least one project kick-off meeting with the Engineer, subcontractors, Contractors of adjacent work, the City of Carisbad, the owners of all utilities being crossed or closely paralleled, and the Owner prior to initiation of the project. 2. Contractor shall ensure all downhole drilling components are appropriate for the work to be performed. Contractor shall provide descriptions for all downhole components prior to initiation of the project. 3. Contractor shall provide verificafion of downhole sun/eying equipment calibration prior to initiation of the project. 4. Contractor shall provide a drill mud control and containment plan prior to beginning drilling operations. At a minimum the plan shall comply with the requirements specified in the project's mitigation measures specified in the project's CEQA Mitigation Measures (see Appendix "C" Bio. 5, pages 3 and 7) SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-6 Contractor shall provide a copy of Daily Log for collecting the information required in Section 1.09-C. Documentation During and After Construction: Daily Logs: Contractor shall maintain a complete set of project records. Contractor shall maintain a daily activity log during Horizontal Directional Drilling operations. A copy ofthe log shall be submitted to the Engineer for record purposes on a daily basis. These documents shall include but not be limited to: Start and finish fime of each section of drill pipe for pilot hole drilling and reaming. For pilot hole drilling, drill bit location at least every 30 ft. along the drill path. Contractor will mark the as-built drawings on a daily basis with drilling progress. General description for each ground condition drilled. Details and perceived reasons for delays greater than one hour other than normal breaks and shift changes. Details of any unusual conditions or events. Record Drawings; Contractor shall keep and maintain at construction site a complete set of field drawings for recording of as-built condifions. Upon complefion of construction. Contractor shall be required to provide an as built drawing in the form of a plot of the pipe installation with reference dimensions to locations on the contract drawings. The Contractor shall sign the as-built drawings and provide to the Engineer at the end of construction. PART 2 PRODUCTS ^ 2.1 Materials A. Drilling Fluids: The Contractor shall use a high quality bentonite drilling fluid or equivalent to ensure hole stabilization, cuttings transport, bit and electronics cooling and hole lubrication to reduce drag on the drill pipe and the product pipe. Oil based drilling fluids or fluids containing additives that can contaminate the soil or ground water shall not be considered acceptable substitutes. Composition of the fluid shall comply with all federal and local environmental regulafions. Drilling fluids shall be mixed with potable water to ensure no contamination is introduced into the soil during the drilling, reaming or the pipe installation process. Disposal of drilling fluids shall be the responsibility of the Contractor and shall be conducted in compliance with all relative environmental regulafions, right-of-way and workspace agreements and permit requirements. Drilling fluid returns can be collected in the entrance pit, exit pit or spoils recovery pit. The Contractor shall immediately clean up any inadvertent spills or overflows from these pits. B. Water: Contractor is responsible for obtaining, transporting and storing water required for drilling fluids. The Contractor shall arrange and pay for a portable fire hydrant potable water meter from the Carisbad Municipal Water District at (760) 438-3367 for all water requirements for the project. i SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-7 C. Product Pipe: The product pipe may be either high density polyethylene pipe in accordance with Specificafions Secfion 15150 or fusible polyvinylchloride pipe in accordance with Specifications Section 15065. With the exception of fabricated polyethylene fittings, the pipe shall be manufactured in a single run within the past six months and shall be in good condifion as reasonably judged by the Engineer. The pipe shall be grey in color so that it can be adequately viewed by CCTV. D. Pipe is to be of sufficient SDR rafio to ensure adequate strength to withstand operation and installation loads as a result ofthe installation method, procedure, equipment and practices used by the Contractor. The Contractor shall be responsible for installation or construction load calculations and stresses. The pipe shall have a working pressure rating of not less than 160 psi, an occasional surge pressure rating of 320 psi, and a recurring surge pressure rating of 240 psi. E. HDPE Tie-in Fittings: The HDD Contractor shall supply and deliver HDPE transition couplings, bends, as required to complete the project. These items shall be constructed of minimum SDR 9IHDPE pipe and shall have a minimum pressure rating equal to the adjacent HDPE pipe including "occasional and recurring surge" allowances, ail as noted above. These fittings shall be manufactured by the approved manufacturer of the Product Pipe specified above, or shall be fabricated by Independent Pipe Products 800-499-6927, or approved equal. The Contractor and the HDPE fitting manufacturer shall be responsible to coordinate flange size and drilling with standard DIP ANSI 125# flange pattern. Full face gaskets recommended by the transition coupling manufacturer shall be provided. 316 stainless steel backup ring and hardware shall be provided for each transition coupling. F. Backfill Soil: Pit and "pot hole" backfill material shall comply with specificafions in Green Book. PART 3 EXECUTION 3.1 Mobilization and Site Preparation The Contractor shall mobilize alt necessary personnel, equipment and materials to construct an entry area for drilling operations and exit area for drilling operations as shown on the drawings. Contractor shall maintain safe working conditions; ensure stability ofthe entry, exit, settlement and containment pits; and shall minimize loosening, deterioration and disturbance ofthe surrounding ground. A. Rig Side of Crossing: The contractor shall set up his temporary work area in the staging areas shown on the drawings. The area shall be graded, fenced and surrounded by a containment berm built around the site. The berm shall consist of sand bags and shall be constructed such that all drilling mud and debris is contained within the bermed area. The site shall contain the horizontal directional drilling rig, drill pipe storage racks, water and slurry pumps, slurry mixing tank, cuttings separation equipment, primary settlement and containment pits, dry storage area for bentonite and crane. All pits shall be lined with heavy plastic sheeting with sealed joints to contain drilling muds and cuttings, and to minimize water infiltration. Hay bales shall be used to line the frontage area to minimize erosion and prevent foreign material from discharging into the surrounding areas. Contractor shall develop and submit a drilling mud SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-8 control plan to engineer for approval as to how the contractor will contain and drain or pump drilling spoils from the pipe entry point for disposal or reuse. The site shall be restored to finish grade as shown the on the design drawings at the completion of the work. B. Exit/Pipe Side of Crossing: Contractor shall not allow the uncontrolled drainage or runoff of drilling mud (slurry or bentonite etc.) to the vicinity of the pipe side exit. Contractor shall develop and submit a drilling mud control plan to engineer for approval as to how the contractor will contain and drain or pump drilling spoils from the pipe exit point for disposal or reuse. Collection, transport and disposal of all drilling mud and spoils shall be provided by contractor whether retrieved at the drill side, pipe side, or location of any inadvertent retums and shall be completed in a manner submitted for review and after approval of the engineer. Drilling mud and spoils shall apply be disposed of in a legal manner complying with the laws and regulations governing such disposal. Pipe string shall be laid out as shown on sheet 6 ofthe plans or as othenA/ise approved. The pipe string shall be supported off the ground on rollers or on some other non-abrasive surface such as sand bags. Pipe gouges or scrapes exceeding 0.1 inches in depth in the pipe shall be subject to removal from the pipe string at no additional expense to the owner. 3.2 Horizontal Directional Drillinq A. Directional Drilling Alignment and Profile: The plan and profile for the horizontal direcfional drilling operation shall be in accordance with the contract drawings, unless othenA/ise ^*«**' approved by the Engineer. Contractor may submit an alternate alignment profile for consideration by the Engineer. The proposed profile must stay within the specified right of way, maintain minimum ground cover to ensure no drilling fluid breakout, maintain a minimum vertical depth beneath the terrain as shown on the contract drawings. B. Drill Entrance and Exit Angle: The ground entry points near Via De Canto shall be at such an angle to allow excavation and continuation ofthe pipeline with a minimum cover of 5-feet. Contractor may submit alternative entry method and location for review and approval by Engineer. C. Pilot Hole: The pilot hole drilling operations will begin on Via De Canto. A smoothly curved pilot hole shall follow the designated centeriine of the pipe profiles as shown on the contract drawings. The directional tolerance for each of the holes will be as follows: 1. Vertical Tolerances: At all times during the drilling operation, a constant positive slope shall be maintained. The slope shall never reach a zero (0%) or negative percentage from the invert elevation of the product pipe, as shown on the contract drawings. The finished pipe profile shali be free of sags and/or bellies. 2. Horizontal Tolerances: Plus or minus four (4) feet from the centeriine ofthe product pipe, as shown on the contract drawings. Attention is directed to the shallow crossing shown on the plans, where a minimum of 11 feet of cover shall be maintained. As a result of deviating SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-9 horizontally to the west four feet at this location could result in a depth of less than 11 feet. The Contractor shall exercise extended locating efforts while drilling while working adjacent and through this location. 3. Cun/e Radius: Curves shall be drilled at a radius equal to or less than that shown on the plan and profile drawings. The drilled radius shall be calculated over any three joint segments. At no point in the drilled profile shall the radius of curvature be less than 300 ft. The minimum above ground radius of cun/ature shall not be less than 80 feet. 4. Entry Point Location: The pilot hole shall enter the ground from the drive pit, as shown on the contract drawings. 5. Accuracy of Exit Point/Drill Target: The exit point shall fall within the excavated trench area or receiving pit, as shown on the drawings. 6. Drill Size: The horizontal directional drill is specified to have a minimum of 28,000 pounds of rig pull back capacity and 5,000 ft-lb. of drill head torque. D. Instrumentation: The Contractor shall provide down-hole steering equipment for this project with the ability to track pitch, roll, and depth for real time monitoring, tracking and sun/eying ofthe drill head. An above ground magnetic grid tracking system shall also be used to verify the down-hole sun/ey at minimum inten/als equal to the length of one drill string segment. Note that the magnetic grid shall be laid out in the existing street right of ways, private lots, open space lots and City properties and that set backs equal to depth are not always available. Engineer shall have access to these instruments, readings and written output at all times. Surveyed as-built plan and profile shall be provided to the Owner as part ofthe work. Contractor shall provide all conventional ground surveying required to define the above ground projected drill path and depth to required profile. E. Reaming Operafions: Reaming operafions to the required hole sizes shall be submitted by the Contractor to the Engineer for review and approval prior to initiation of construction. Contractor shall supply to Engineer an estimate of drilling fiuids to be utilized for each reaming cycle. F. Subsidence and Heave Control And Monitoring: The Contractor shall conduct all operations in such a manner as to avoid subsidence and heave. The Contractor shall submit a Subsidence and Heave Control and Monitoring Plan for the review and approval of the Engineer. 3.3 Environmentai Requirements The Horizontal Directional Drilling operation will be a closed system to eliminate the discharge of water, drilling mud and/or cuttings to ail land areas involved in the construction process. Contractor shall provide equipment and procedures to maximize the recirculation of drilling mud and to minimize waste. Contractor shall provide solids control and fiuid cleaning equipment of a configurafion and capacity that can process surface returns and produce drilling fiuid suitable for reuse. Waste cuttings and drilling mud shall be dewatered and dried by Contractor to the extent necessary for disposal in offsite, legal land fills acceptable to the Engineer. Water from the dewatering process shall be treated by Contractor to result in 100 percent of solids passing a No. 100 sieve with SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-10 subsequent discharge of the water to the City of Carisbad sewer. Contractor shall sample and test the cuttings and water for disposal daily, or more often if required by the Engineer due to failed tests. "Blow holes" or "breakouts" of drilling fluid to the surface must be cleaned up immediately and the surface area washed and returned to original condifion. All drilling fluids, spoils and separated material will be disposed of in compliance of local environmental regulafions. If the amount of surface returns exceeds which can be contained and collected using small sumps, drilling operations shall be discontinued until surface return volumes can be brought under control. Equipment and materials for cleanup and contingencies shall be provided by Contractor and stored at the rig side of the crossing. Construction-related activities involving fuels and lubricants such as vehicle refueling and equipment maintenance, including the draining and pumping of lubricants shall be conducted at sufficient distance from the water channel to eliminate contamination in case of a spill. Any fuels or lubricants spilled shall be cleaned up immediately to the satisfaction of the Engineer. Immediately upon completion of work, all rubbish and debris shall be removed from the job site. All construction equipment and implements of service shall be removed and the entire area involved shall be left in a neat, clean, and acceptable condition. 3.4 Pipeline Assembly and Installation The Contractor shall supply all necessary materials, equipment, and services to perform the pipeline assembly and installation. A. Pipe Handling and Storage: Ail pipe and fittings shall be prepared for standard commercial shipment. Care shali be taken during shipment, delivery, and storage to prevent cuts, scratches, and other damage. All piping used on the project shall be delivered to the jobsite in good condifion free from cuts and scrapes, and gouges. The pipe shall be supported on wooden skids or racks and shall be restrained from significant or damaging movement during shipment. All piping used on the project shall be lifted using fabric slings of sufficient strength and width to safely pick up the pipe without strap failure and without causing scrapes or cuts damage to the pipe. Lifting with cable or chain shall not be allowed. Lifting one end of the pipe and dragging the pipe into position shall not be allowed. The pipe shall at ail times including installation be protected from impact and abrasion. Pipe shall be stored on supports and rollers as appropriate during conduct of the work to prevent damage. A temporary pipe storage site shall be determined by the Contractor and approved by the Engineer. The Contractor shall provide the necessary skids and padding to protect pipe, and prevent the pipe from contacting the ground. The Contractor shall provide, assemble, and pretest the polyethylene pipe for installation in the drilled hole as specified on the Drawings. Contractor shall supply ail necessary materials, equipment, and services to perform the pipeline assembly, pretest, and installation. B. Pipe Support and Rollers: Contractor shall provide adequate supports and rollers along the laydown space to support the HDPE product pipe during the installation. SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-11 C. Testing of Product Pipe: After the product pipeline has been assembled, the Contractor shall perform an air pretest. The test pressure shall be 100 psi and this pressure shall be held for 8 hours. Contractor is responsible for providing an air compressor for this test. Pressure and temperature shall be monitored and recorded with certified instruments during the test. A hydrostatic pretest may be conducted in lieu of the air pretest at the Contractor's option. However, the Contractor shall be responsible for providing water to the site and disposal of the test water after testing. Water and sewer may not be available in the immediate vicinity of the exit/pipe side. D. Final Hydrostatic Test: After the product pipe has been installed, the Contractor shall perform a final hydrostafic test ofthe completed pipeline. The test pressure shall be 50 psi at the highest elevafion ofthe installed pipe and this pressure shall be held for three hours. Contractor is responsible for providing water for the test. Pressure and temperature shall be monitored and recorded with certified instruments during the test. 1. Clean water shall be used for testing the installed HDPE pipe. The test section shall be completely filled with water. Vent the line as necessary during filling. Trapped air shall be bled off. 2. Conduct an inifial pipe expansion test phase by slowly pressurizing the pipe to the test pressure and adding enough water once per hour for three hours to return to test pressure. 3. Conduct the test phase immediately following the pipe expansion test phase. The test phase shall be conducted for three hours. The test section shall be returned to test pressure by adding a measured amount of liquid. If the amount of makeup liquid does not exceed 16 US Gallons per 100 feet of tested pipeline, then the HDPE pipeline passes the test phase subject to the final judgment of the Engineer. Significantly less makeup is anficipated to be required for the installed HDPE pipeline due to the relatively constant temperature ofthe installed pipeline. 4. If for any reason, the combined expansion and test phase of the hydrostatic test exceed eight (8) hours total, the pipe shall be de-pressurized and the test cycle shall not be commenced again for at least an addifional eight (8) hours. E. Welding of Product Pipe: The product pipe shall be joined together using thermal butt- fusion. The Contractor's Welder of plasfic pipe must possess the skill, knowledge, and formal training by a qualified instructor to consistentiy produce high quality thermal butt- fusion joints as identified in ASTM D-2657. Contractor's welders must utilize care in the heating operation to prevent damage to the plastic material from overheating or having the material not sufficientiy heated to assure a sound joint. The welding procedures, equipment, monitoring, and testing shall be in accordance with the HDPE manufacturer's recommendations, which shall have been submitted for review and approval as part ofthe submittal process required above in Part 1 of this specification. After welding process, all interior weld beads shall be trimmed flush to pipe. Contractor shall supply written certification that the designated on-site Welder is able to produce thermal butt-fusion joints according to ASTM D-2657. Certificafion will be required and checked at the time of welding. SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-12 The pipeline interior shall be debeaded at all weld points. Debeading shall be included in the cost for welding of the HDPE pipe. All joints shall be visually inspected and compared to standards for good joints for this type of pipe. The Engineer shall have final authority to accept or reject the welds in accordance with reasonable judgment and standards of care. F. Pipeline Installation: During the pipeline installation and pullback operation, the Contractor shall monitor the pipe roller system and use of sideboom equipment to control damage to the pipes. Contractor shall cease installation operations if damage to the pipes or coating occurs. Damage to the pipes may require removal of damaged portions ofthe pipeline and rewelding, as necessary. Pulling operations may not resume until the pipe is repaired. 3.5 Site Restoration/Demobilization A. Immediately upon completion of work of this Section, ali rubbish and debris shall be removed from the job site. All construction equipment and implements of service shall be removed and the entire area involved shall be left in a neat, clean and acceptable condition. The HDD Subcontractor shall restore the general work areas, right-of-way and all other construction areas shall be graded to their original contours or as shown on the project plans. Contractor shall repair all paved and graveled subgrades and surfaces, removed or disturbed during construction. B. "Blow holes" or "breakouts" of drilling fluid to the surface must be cleaned up immediately and the surface area washed and returned to original condition. All drilling fluids, spoils and separated material will be disposed of in compliance with federal and local environmental regulations. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 HORIZONTAL DIRECTIONAL DRILLING VANCOUVER STREET HDD SEWER EXTENSION 15075-13 SECTION 15150 HIGH DENSITY POLYETHYLENE PIPE PART 1 GENERAL 1.1 Description The Work under this section includes providing all labor, materials, tools, and equipment necessary for furnishing and installing high density polyethylene sewer pipe, in accordance with these specifications and in conformity with the lines and grades shown on the drawings. 1.2 Quality Assurance References, American National Standards Institute (ANSI), American Society for Testing and Materials (ASTM), Federal Specifications (FS), International Standards Organization (ISO), and manufacturer's printed recommendations. 1.3 Submittals The Contractor shall provide the following: • Shop drawings • Alignment drawings • Certification that such length of pipe has been tested physically for ductility and has satisfactorily passed such tests. • Laying schedules for pipe 10-inches in diameter and larger. This specification covers the requirements of high density polyethylene gravity sewer pipe and fittings in nominal sizes of 10-through 120-inch. 1.4 Quality of Workmanship The pipe and fittings shall be homogenous throughout and free from visible cracks, holes, foreign inclusions or other injurious defects. The pipe shall be as uniform as commercially practical In color, opacity, density and other physical properties. PRODUCTS 2.1 Hioh Density Polyethylene (HDPE) Pipe: HDPE pipe shall be grey in color. Pipe shall be manufactured from a PE 3408 resin listed with the Plasfic Pipe Institute (PPI) as TR-4. The resin material shall meet the specifications of ASTM D3350-02 with a minimum cell classification of PE345464C. Pipe O.D. sizes 4" to 24" shall be available in both steel pipe sizes (IPS) and ductile iron pipe sizes (DIPS). Pipe O.D. sizes 26" to 54" shall be available in steel pipe sizes (IPS). Pipe shall have a manufacturing standard of ASTM D3035 and be manufactured by an ISO 9001 certified manufacturer. The pipe shall contain no recycled compounds except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, voids, or other injurious defects. SEPTEMBER 2012 CONTRACT 5515 HIGH DENSITY POLYETHYLENE PIPE VANCOUVER STREET HDD SEWER EXTENSION 15150-1 2.2 Fittinqs: A. Butt Fusion Fittings: Butt fusion fittings shall be in accordance with ASTM D3261 and shall be manufactured by injection molding, a combination of extrusion and machining, or fabricated from HDPE pipe conforming to this specificafion. All fittings shall be pressure rated to provide a working pressure rating no less than that of the pipe. Fabricated fittings shall be manufactured using a McElroy Datalogger to record fusion pressure and temperature. A graphic representation of the temperature and pressure data for all fusion joints made producing fittings shall be maintained as part of the quality control. The fitting shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, voids, or other injurious defects. B. Electrofusion Fittings: Electrofusion Fittings shall be PE3408 HDPE, Cell Classification of 345464C as determined by ASTM D3350-02 and be the same base resin as the pipe. Electrofusion Fittings shall have a manufacturing standard of ASTM F1055. Electrofusion fittings shall not be permitted on sections of pipe that will be subjected to forces associated with the pullback process. C. Flanged and Mechanical Joint Adapters: Flanged and Mechanical Joint Adapters shall be PE 3408 HDPE, Cell Classification of 3454640 as determined by ASTM D3350-02 and be the same base resin as the pipe. Flanged and mechanical joint adapters shall have a manufacturing standard of ASTM D3216. All adapters shall be pressure rated to provide a working pressure rating no less than that of the pipe. D. Mechanical Restraint: Mechanical restraint for HDPE may be provided by mechanical means separate from the mechanical joint gasket sealing gland. The restrainer shall "^"^ provide wide, supportive contact around the full circumference of the pipe and be equal to the listed widths. Means of restraint shall be machined serrations on the inside surface of the restrainer equal to or greater than the listed serrations per inch and width. Loading of the restrainer shall be by a ductile iron follower that provides even circumferential loading over the entire restrainer. Design shall be such that restraint shall be increased with increases in line pressure. Serrated restrainer shall be ductile iron ASTM A536-80 with a ductile iron follower; bolts and nuts shall be corrosive resistant, high strength alloy steel. The restrainer shall have a pressure rating of or equal to that of the pipe on which it is used or 150 PSI whichever is lesser. Restrainers shall be JCM Industries, Sur-Grip or pre-approved equal. Nominal Size Restraint Width Serrations per inch 10" THRU 18" 5" 6 20", 24" 7" 6 Pipe stiffeners shall be used in conjunction with restrainers. The pipe stiffeners shall be designed to support the interior wall of the HDPE. The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffeners shall be formed of 304 or 316 stainless steel to the SEPTEMBER 2012 CONTRACT 5515 HIGH DENSITY POLYETHYLENE PiPE VANCOUVER STREET HDD SEWER EXTENSION 15150-2 HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE. Stiffeners shall be by JCM Industries or pre-approved equal. PART 3 EXECUTION 3.1 General Pipe & Fittings: Size as indicated on the plans. Install as shown in accordance with manufacturer's recommendations. 3.2 Joininq: A. Butt Fusion: Sections of polyethylene pipe should be joined into continuous lengths on the jobsite above ground. The joining method shall be the butt fusion method and shall be performed in strict accordance with the pipe manufacturer's recommendations. The butt fusion equipment used in the joining procedures should be capable of meeting alt conditions recommended by the pipe manufacturer, inctuding, but not limited to, temperature requirements of 400 degrees Fahrenheit, alignment, and an interfacial fusion pressure of 75 PSI. The butt fusion joining will produce a joint weld strength equal to or greater than the tensile strength of the pipe itself All field welds shall be made with fusion equipment equipped with a McElroy Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the quality control records. B. Sidewall Fusion: Sidewall fusions for connecfions to outlet piping shall be performed in accordance with HDPE pipe and fitfing manufacturer's specifications. The heating irons used for sidewall fusion shall have an inside diameter equal to the outside diameter of the HDPE pipe being fused. The size of the heating iron shall be % inch larger than the size of the outiet branch being fused. C. Mechanical: Bolted joining may be used where the butt fusion method cannot be used. Flange joining will be accomplished by using a HDPE fiange adapter with a ductile iron back-up ring. Mechanical joint joining will be accomplished using either a molded mechanical joint adapter or the combination of a Sur-Grip Restrainer and Pipe Stiffener as manufactured by JCM Industries, Inc. Either mechanical joint joining method will have a ductile iron mechanical joint gland. D. Other: Socket fusion, hot gas fusion, threading, solvents, and epoxies may not be used to join HDPE pipe. 3.3 Quality and Workmanship: The pipe and/or fitting manufacturer's production facility shall be open for inspection by the owner or his designated agents with a reasonable advance notice. During inspection, the manufacturer shall demonstrate that it has facilities capable of manufacturing and testing the pipe and/or fittings to the standards required by this specification. SEPTEMBER 2012 CONTRACT 5515 HIGH DENSITY POLYETHYLENE PIPE VANCOUVER STREET HDD SEWER EXTENSION 15150-3 3.4 Pipe Packaqinq. Handlinq & Storage A. The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact and without physical damage. The transportation carriers shall use appropriate methods and intermittent checks to insure the pipe is properly supported, stacked and restrained during transportation such that the pipe is not nicked, gouged, or physically damaged. B. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendafions. The pipe shall be handled in such a manner that it is not pulled over sharp objects or cut by chokers or lifting equipment. C. Sections of pipe having been discovered with cuts or gouges in excess of 1/8-inch thickness shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. Additionally, the first 10 feet of pipe installed during pullback will be cut out and inspected for excess gouging. D. Fused segments of the pipe shall be handled so as to avoid damage to the pipe. Chains or cable type chokers must be avoided when lifting fused sections of pipe. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. PART 4 CONSTRUCTION PRACTICE 4.1 Trench Construction Trenching shall be done in accordance with ASTM D 2321, Section 6 and/or ASTM D2774. 4.2 Embedment Material Embedment materials shall be Class 1, Class II, or Class III materials as defined by ASTM D 2321, Section 5. The use of Class IV and Class V materials for embedment is not recommended and should be done only with the approval of the Engineer. Class I crushed stone and Class II well-graded gravels are preferred. The embedment material shall have an installed density of at least 85% Standard Proctor Density through compaction or consolidation. 4.3 Bedding The pipe bedding shall be constructed in accordance with ASTM D2321, Secfion 5, Table 2. 4.4 Haunchinq and Initial Backfill Haunching and initial backfill shall be as specified in ASTM D2774 and/or ASTM D2321, Section 5, Table 2 using Class 1, Class 11 or Class 111 materials. Materials and compaction shall be specified by the Engineer. END OF SECTION SEPTEMBER 2012 CONTRACT 5515 HIGH DENSITY POLYETHYLENE PIPE VANCOUVER STREET HDD SEWER EXTENSION 15150-4 TABLE OF CONTENTS APPENDIX APPENDIX A Geotechnical Reports APPENDIX B CEQA Mitigation Measures APPENDIX C "As-Builts" Drawings: APPENDIX D Door Hanger Sample, Construction Notification APPENDIX E Sample Project Sign APPENDIX F SWPPP Supporting Information APPENDIX G Applicable Standard Drawings APPENDIX H EWA, Groundwater Discharge Permit Sample Application APPENDIX A GEOTECHNICAL REPORTS Geotechnical and EnvironmentaJ Sciences Consu/tants GEOTECHNICAL EVALUATION VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA PREPARED FOR: Dudek & Associates 605 3''' Street Encinitas, Califomia 92024 PREPARED BY: Ninyo & Moore Geotechnical and Environmental Sciences Consultants 5710 Ruffin Road San Diego, Califomia 92123 August 27, 2010 ProjectNo. 106858001 5710Ruffin f?oad • SanOiego, Califomia92123 • Phone(858) 576-1000 • Fax{858| 576-9600 San Diego • Irvne • Los/ingeles • Rancno Cucamonga Las Vegas • Ptxjenix • Tucson • Ftocx3ttVatey Oakland Denver S^iftandsco • Saoamwto QRaso • Houston Geotechnicai and Environmentdl Sciences Consuirants August 27, 2010 ProjectNo. 106858001 Mr. Jerod Coleman Dudek & Associates 605 3'^ Street Encinitas, California 92024 Subject: Geotechnical Evaluation Vancouver Lift Station Abandonment and HDD Sewer Extension Carlsbad, Califomia Dear Mr. Coleman: In accordance with our proposal dated May 12, 2010, and your authorization, Ninyo & Moore is pleased to submit this geotechnical evaluation report for the Vancouver Lift Station Abandonment and Horizontal Directional Drilling (HDD) Sewer Extension project in Carlsbad, Califomia. This report presents our findings, conclusions, and geotechnical recommendations for the project. We appreciate the opportunity to be of service on this project. Sincerely, NINYO & IMOORE Jeffrey T. Kent, P.E.,GE. Senior Project Engineer TMG/JTK/JG/kh Distribution: (1) Addressee .4 Jnkthan Goodmacher, C.E.G 2136 Manager/Principal Geologist \0 5710 Ruffin Road • San Diego, Califomia 92123 • Phone {858} 576-1000 • Fax (858) 576-9600 SanC«ego • ln,*Te • LcK^Vigetes • Rancho Cucamonga • 0^(Sana • SanRancSco • Saoamento Las Vegas • Phoenix • Tucson • ftescottv^ • Denver • BPaso • Houstxjn Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 TABLE OF CONTENTS Page 1. INTRODUCTION 1 2. SCOPE OF SERVICES 1 3. SITE AND PROJECT DESCRIPTION 2 4. SUBSURFACE EXPLORATION AND LABORATORY TESTESiG 2 5. GEOLOGY AND SUBSURFACE CONDITIONS 3 5.1. Regional Geology 3 5.2. Site Geology 3 5.2.1. Fill 4 5.2.2. Santiago Formation 4 5.3. Groundwater Conditions 4 5.4. Landsliding 5 6. FAULTING AND SEISMICITY 5 6.1. Strong Ground Motion 5 6.2. Ground Surface Rupture 6 6.3. Liquefaction and Seismically Induced Settlement 6 7. CONCLUSIONS 6 8. RECOMMENDATIONS 7 8.1. Earthwork 7 8.1.1. Pre-Construction Conference 7 8.1.2. Site Preparation 7 8.1.3. Excavation Characteristics 8 8.1.4. Temporary Excavations and Shoring 8 8.1.5. Excavation Bottom Stability 9 8.1.6. Construction Dewatering 10 8.1.7. Pipe Bedding and Modulus of Soil Reaction (E') 10 8.1.8. Trench Zone Backfill Materials 11 8.1.9. Fill Placement and Compaction 11 8.2. Lateral Pressures for Thrust Blocks 11 8.3. Seismic Design Parameters 12 8.4. Pavement Reconstruction 12 8.5. Instrumentation and Documentation 12 8.5.1. Documentation of Existing Conditions 13 8.5.2. Lateral Movement of Shoring Support System 13 8.5.3. Ground Surface Settlement 13 8.6. Soil Corrosivity 14 8.7. Concrete 14 8.8. Construction Observation and Testing 15 9. LIMITATIONS 15 10. REFERENCES 17 106858001 R.doc Vancouver Lift Station Abandonment and HDD Sewer Extension August 27,2010 Carlsbad, Califomia Project No. 106858001 Table Table 1 - Seismic Design Factors 12 Figures Figure 1 - Site Location Map Figure 2 - Boring Location Map Figure 3 - Fault Location Map Figure 4 - Geologic Cross Section Figure 5 - Lateral Earth Pressures for Braced Excavation Figure 6 - Thrust Block Lateral Earth Pressure Diagram Appendices Appendix A - Boring Logs Appendix B - Geotechnical Laboratory Testing •J 106858001 R.doc Vancouver Lift Station Abandoimient and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 1. INTRODUCTION This report presents the results of our geotechnical evaluation for the proposed Vancouver Lift Station Abandonment and Horizontal Directional Drilling (HDD) Sewer Extension project in Carlsbad, Califomia (Figure 1). The purpose of this study was to evaluate the geotechnical con- ditions along the proposed sewer line alignment and to provide geotechnical design recommendations for the project. 2. SCOPE OF SERVICES The scope of services for this study included the following: • Reviewing readily available background information such as stereoscopic aerial photographs and topographic and geologic maps. • Performing a geologic reconnaissance of the site to observe the existing conditions and to mark out boring locations. • Preparing and submitting a boring permit application to the County of San Diego Depart- ment of Envirormiental Health (DEH). • Acquiring a Right-of-Way permit fi-om the City of Carlsbad for the subsurface evaluations on city property. • Notifying underground Service Alert (USA) and coordinating with underground utility loca- tors to clear the boring locations. • Performing a subsurface exploration consisting of the excavating, logging, and sampling of four exploratory borings with a tmck-mounted drill rig. Relatively undisturbed drive, stan- dard penetration test (SPT), and bulk samples were obtained at selected intervals from within the borings. • Performing geotechnical laboratory testing of representative soil samples to evaluate in-situ moisture content and dry density, particle-size gradation, shear strength, and soil corrosivity (pH, resistivity, and sulfate and chloride contents). • Preparing this report presenting our findings, conclusions, and recommendations regarding the geotechnical design aspects of the project. 106858001 R.doc Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 ^ Carlsbad, Califomia ProjectNo. 106858001 3. SITE AND PROJECT DESCRIPTION The new pipeline ahgnment will extend from the eastem temunus of Via de Canto, pass through a por- tion of the Carlsbad Village Drive Habitat Conservation Area, and proceeds through Larwin Park to Vancouver Street (Figure 2). The project area is generally surrounded by single- and multi-family resi- dences. Site elevations range from approximately 175 to 215 feet above mean sea level (MSL). The proposed project will involve the abandonment of the existing Vancouver Street sewer lift station and the installation of approximately 1,460 lineal feet of new sewer pipeline. Due to site restrictions, we understand that HDD constinction methods will be used to install the majority of the new pipeline. However, conventional cut and cover methods will be used for portions of the alignment. Although the design of the pipeline is still in the conceptual phase, we understand that due to site topography, the new pipeline may be installed at depths up to approximately 60 feet below the ground surface. 4. SUBSURFACE EXPLORATION AND LABORATORY TESTING Our subsurface exploration was conducted on July 21 and July 22,2010. The boring locations were based on available project plans and the locations of existing improvements (Figure 2). Our subsur- face exploration consisted ofthe drilling, logging, and sampling of four small-diameter exploratory borings (B-1 through B-4). The borings were drilled to depths up to approximately 61 feet using U-uck-mounted and limited-access drill rigs. The purpose of our borings was to observe and sample the underlying earth materials. Relatively undisturbed in-place and bulk samples were obtained from within the borings. The samples were transported to our in-house geotechnical laboratory for testing. Logs of the borings are included in Appendix A. Laboratory testing was performed on representative soil samples collected during our subsurface exploration. The geotechnical testing included an evaluation of in-situ moisture content and dry density, particle-size gradation, shear strength, and soil corrosivity (pH, resistivity, and sulfate and chloride contents). The in-situ moisture content and dry density test results are presented at the cor- responding sample depths on the boring logs in Appendix A. The results ofthe other laboratory tests are presented in Appendix B. o 106858001 R.doc Vancouver Lift Station Abandoimient and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia ProjectNo. 106858001 5. GEOLOGY AND SUBSURFACE CONDITIONS Our findings regarding regional geology, site geology, groundwater conditions, and landsliding are presented in the following sections. 5.1. Regional Geology The project study area is situated in the westem portion of the Peninsular Ranges geomorphic province of southem Califomia. This geomorphic province encompasses an area that extends 125 mQes, from the Transverse Ranges and the Los Angeles Basin, south to the Mexican border, and beyond another 775 miles to the tip of Baja CaUfomia (Norris and Webb, 1990; Harden, 1998). The geomorphic province varies in width from 30 to 100 miles, which is characterized by northwest trending mountain ranges separated by sub-parallel fault zones. In general, the Penin- sular Ranges are underlain by Jurassic-age metavolcanic and metasedimentary rocks and by Cretaceous-age igneous rocks of the southem California batholith. The westernmost portion of the province in San Diego County, in which the project area is situated, generally consists of Upper Cretaceous-, Tertiary-, and ()uatemary-age sedimentary rocks. The Peninsular Ranges are traversed by several major active faults (Figure 3). The Whittier- Elsinore, San Jacinto, and the San Andreas faults are major active fault systems located northeast of the site and the Rose Canyon, Coronado Bank, San Diego Trough, and San Clemente faults are active faults located to the west-southwest. Major tectonic activity associated with these and other faults within this regional tectonic framework is dominantly right-lateral strike-slip movement. These faults, as well as other faults in the region, have the potential for generating strong ground motions at the project site. 5.2. Site Geology Geologic units encountered during our subsurface evaluation include artificial fill and mate- rials of the Tertiary-aged Santiago Formation. The following sections provide descriptions of the materials encountered during our subsurface exploration. Additional descriptions are 106858001 R.doc Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 presented on the boring logs in Appendix A. A geologic cross section of the materials en- countered is presented on Figure 4. 5.2.1. Fill Fill materials were encountered in our borings either at the ground surface or underlying the existing pavement section and extending to depths up to approximately 8 feet. As encountered, the material generally consisted of various shades of brown, damp to moist, loose to medium dense, clayey to silty sand. Scattered gravel and cobbles were encountered in the fill materials. 5.2.2. Santiago Formation Materials of the Tertiary-aged Santiago Formation were encountered below the fill ex- tending to tiie depths explored. As encountered, these materials generally consisted of various shades of gray and brown, damp to wet, weakly to strongly cemented, silty sand- stone interbedded witii moderately to strongly indurated clayey siltstone. Difficult drilling conditions and auger refusal were encountered within the materials of the Santiago For- mation due to concretions or zones of strongly cemented materials. 5.3. Groundwater Conditions Groundwater was not encountered during our subsurface exploration. However, seepage was encountered in our boring B-4 at a depth of approximately 7 feet. Additionally, existing util- ity trench lines may act as conduits for perched water conditions. Due to the site topography, nearby areas of landscaping, and the potential presence for existing utility trench lines, zones of seepage should be anticipated. Fluctuations in the groundwater level and perched condi- tions may occur due to variations in ground surface topography, subsurface geologic conditions and sttucture, rainfall, irrigation, tidal fluctuations, and other factors. 106858001 R.doc Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 5.4. Landsliding Based on our review of referenced geologic maps, literature, topographic maps, and stereo- scopic aerial photographs, no landslides or indications of deep-seated landsliding were noted underlying the project site. However, areas of landslides and slope instability have been mapped (Kennedy and Tan, 2007) to the west and northeast of the site. 6. FAULTING AND SEISMICITY The subject site is not located within a State of Califomia Earthquake Fault Zone (formerly known as an Alquist-Priolo Special Studies Zone; Hart and Bryant, 1997). However, the site is located in a seismically active area, as is the majority of southem Califomia, and the potential for strong ground motion in the project area is considered significant during the design life of the proposed stmcture. Figure 3 shows the approximate site location relative to the major faults in the region. The active offshore segment of the Newport-lnglewood and Rose Canyon faults are located approximately 7 miles west-southwest of the site. In general, hazards associated with seismic activity include strong ground motion, ground sur- face mpture, liquefaction, and seismically induced settlement. These hazards are discussed in the following sections. 6.1. Strong Ground Motion The 2007 Califomia Building Code (CBC) recommends that the design of stmctures be based on the horizontal peak ground acceleration (PGA) having a 2 percent probability of exceedance in 50 years which is defined as the Maximum Considered Earthquake (MCE). The statistical re- tum period for PGAMCE is approximately 2,475 years. The probabiUstic PGAMCE for the site was calculated as 0.48 g using the United States Geological Survey (USGS) (USGS, 2010) ground motion calculator (web-based). The design PGA was estimated to be 0.32 g using the USGS ground motion calculator. These estimates of ground motion do not include near-source factors that may be applicable to the design of stmctures on site. 106858001 R.doc ( I Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia ProjectNo. 106858001 6.2. Ground Surface Rupture Ground surface mpture due to active faulting is not considered a design issue due to tiie ab- sence of any known active faults underlying the site. However, lurching or cracking of the ground surface as a result of nearby seismic events is possible. 6.3. Liquefaction and Seismically Induced Settlement Liquefaction of cohesionless soils can be caused by strong vibratory motion due to earth- quakes. Research and historical data indicate that loose granular soils and non-plastic silts that are saturated by a relatively shallow groundwater table are susceptible to liquefaction. Based on tiie relatively dense nature of the underlying earth materials and the absence of a shallow groundwater table, it is our opinion that the potential for liquefaction and seismi- cally induced settlement to occur at the site is not a design consideration. 7. CONCLUSIONS Based on our field reconnaissance, subsurface exploration and laboratory testing, it is our opin- ion that there are no known geotechnical or geologic constraints that would preclude constmction of the proposed pipehne facility provided that tiie geotechnical and geologic rec- ommendations discussed in this report are considered, and the appropriate evaluation, design, and consfruction criteria are followed. The geotechnical design and constmction considerations are described in the following sections. • The site is generally underlain by fill and materials ofthe Santiago Formation. • The on-site fill materials should be generally excavatable with conventional heavy-duty earth moving constmction equipment in generally good condition. However, difficuft drill- ing conditions, including auger refusal, were encountered during the drilling of our exploratory borings. Accordmgly, difficult excavating or drilling conditions should be an- ticipated due to concretions or strongly cemented zones within the Santiago Formation. • Although groundwater was not encountered, seepage was encountered at a deptii of approxi- mately 7 feet in Boring B-4. The contractor should be prepared to address issues associated with seepage such excavation stability and presence of wet soils. 106858001 R.doc Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 Materials derived from on-site excavations are generally considered suitable for reuse as back- fill provided they meet the recommendations for trench backfill material presented in the following sections. Based on the results of our soil corrosivity tests presented in the following sections and Caltrans corrosion guidelines (2003), the site is classified as corrosive. 8. RECOMMENDATIONS The following sections present our geotechnical recommendations for the proposed project. If the proposed constmction is changed from that discussed in this report, Ninyo & Moore should be contacted for additional recommendations. 8.1. Earthwork In general, earthwork should be performed in accordance with the recommendations presented in this report. Ninyo & Moore should be contacted for questions regarding the recommenda- tions or guidelines presented herein. 8.1.1. Pre-Construction Conference We recommend that a pre-constmction conference be held. The owner and/or their rep- resentative, the governing agencies' representatives, the civil engineer, Ninyo & Moore, and the contractor should be in attendance to discuss the work plan, project schedule, earthwork, and shoring requirements. 8.1.2. Site Preparation Prior to performing site excavations, the site should be cleared of vegetation, surface obstmctions, mbble and debris, abandoned utilities and foundations, and other deleteri- ous materials. Existing utilities within the project limits, if any, should be re-routed or protected from damage by constmction activities. Obstmctions that extend below finish grade, if any, should be removed and the resulting holes filled with compacted soils. Materials generated from the clearing operations should be removed from the project site and disposed of at a legal dumpsite. 106858001 R.doc Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia ProjectNo. 106858001 8.1.3. Excavation Characteristics Our evaluation of the excavation characteristics of the on-site materials is based on the results of our exploratory borings, our site observations, and our experience with similar materials. Difficult drilling conditions and auger refusal were encountered during the performance of our borings. Due to the potential presence of concretions and strongly cemented zones within the Santiago Formation, difficulty for the performance of exca- vations and drilling operations should be anticipated. 8.1.4. Temporary Excavations and Shoring For temporary excavations, we recommend that tiie following Occupational Safety and Health Administration (OSHA) soil classifications be used: Fill Type C Santiago Fonnation Type B Upon making the excavations, the soil classifications and excavation performance should be evaluated in the field by tiie geotechnical consultant in accordance witii tiie OSHA regu- lations. Temporary excavations should be constmcted in accordance with OSHA recommendations. For trench or otiier excavations, OSHA requirements regarding person- nel safety should be met using appropriate shoring (including trench boxes) or by laying back tiie slopes to no steeper tiian 1.5:1 (horizontal: vertical) in fill and 1:1 in materials of the Santiago Formation. Temporary excavations tiiat encounter seepage may be shored or stabilized by placing sandbags or gravel along the base of tiie seepage zone. Excavations encoxmtering seepage should be evaluated on a case-by-case basis. On-site safety of per- sonnel is the responsibihty of the contractor. In areas with limited space for constmction where temporary excavations may not be laid back at the recommended slope inclination, a shoring system with bracing may be incor- porated to stabilize tiie excavation sidewalls during constmction. The shoring system should be designed using tiie magnitude and distribution of lateral earth pressures pre- sented on Figure 5. The recommended design earth pressures are based on the 106858001 R.doc /fifmfa^f^mT% Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carisbad, Califomia Project No. 106858001 assumptions that (a) the shoring system is constmcted without raising the ground surface elevation behind the shoring, (b) that there are no surcharge loads, such as soil stockpiles, constmction materials, constmction equipment, or vehicular traffic, and (c) that no loads act above a 1:1 plane extending up and back from the base of the shoring system. For shoring subjected to the above-mentioned surcharge loads, the contractor should include the effect of these loads on lateral earth pressures acting on the shoring wall. Settlement of the ground surface may occur behind the shoring wall during excavation. The amount of settlement depends on the type of shoring system, the quality of contrac- tor's workmanship, and soil conditions. Settlement may cause distress to adjacent stmctures, if present. To reduce the potential for distress to adjacent stmctures, we rec- ommend that the shoring system be designed to limit the ground settlement behind the shoring to Va inch or less. Possible causes of settlement that should be addressed include vibration during installation of the sheet piling, excavation for constmction, constmction vibrations, dewatering, and removal of the support system. We recommend that the poten- tial settlement distress be evaluated carefully by the contractor prior to constmction. The contractor should retain a quaUfied and experienced engineer to design the shoring sys- tem. The shoring parameters presented in this report are preliminary design criteria, and the contractor should evaluate the adequacy of these parameters and make appropriate modifi- cations for their design. We recommend that the contractor take appropriate measures to protect workers. OSHA requirements pertaining to worker safety should be observed. We further recommend that the constmction methods provided herein be careftilly evaluated by a qualified specialty contractor prior to commencement of the constmction. 8.1.5. Excavation Bottom Stability In general, we anticipate that the bottom of the pipeline trenches will remain stable and provide suitable support to the proposed utility lines. However, excavations that extend near or below the water table and/or seepage conditions (if encountered) may be unstable. In general, unstable bottom conditions may warrant overexcavation and replacement with 106858001 R.doc Q Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia ProjectNo. 106858001 gravel. However, recommendations for stabilizing excavation bottoms should be based on evaluation in tiie field by the geotechnical consultant at tiie time of constmction. 8.1.6. Construction Dewatering Seepage conditions were encountered in Boring B-4 at a depth of 7 feet. Dewatering measures during excavation operations should be prepared by the contractor's engineer and reviewed by the design engineer. Considerations for constmction dewatering should include anticipated drawdown, piping of soils, volume of pumping, potential for settle- ment, and groundwater discharge. Disposal of groundwater should be performed in accordance with guidelines of tiie Regional Water Quality Confrol Board (RWQCB). 8.1.7. Pipe Bedding and Modulus of Soil Reaction (E') We recommend that the new pipelines (pipes), where constmcted in open excavations, be supported on 6 or more inches of granular bedding material. Granular pipe bedding should be provided to distribute vertical loads around the pipe. Bedding material and compaction requirements should be in accordance with tiiis report. Pipe bedding typically consists of graded aggregate with a coefficient of uniformity of three or greater. The pipe bedding should conform to tiie specifications presented for pipe zone backfill materials. Pipe bedding and pipe zone backfill should have a Sand Equivalent (SE) of 30 or greater, and be placed around the sides and top of the pipe. In addition, the pipe zone backfill should extend 1 foot or more above the top of the pipe. The modulus of soil reaction (E) is used to characterize tiie stifi&iess of soil backfill placed at tiie sides of buried flexible pipes for tiie purpose of evaluating deflection caused by the weight of tiie backfill over tiie pipe (Hartley and Duncan, 1987). A soil reaction modulus of 1,200 pounds per square inch (psi) may be used for an excavation deptii of up to about 5 feet when backfilled with granular soil compacted to a relative compaction of 90 percent as evaluated by tiie American Society for Testing and Materials (ASTM) D 1557. A soil re- action modulus of 1,800 psi may be used for trenches deeper than 5 feet. 106858001 R.doc JQ Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 8.1.8. Trench Zone Backfill Materials In general, on-site soils with an organic content of less than approximately 3 percent by vol- ume (or 1 percent by weight) are suitable for use as trench zone backfill. For the purpose of this report, tiie trench zone is considered to extend from 1 foot above the top of the pipe to the top of the trench. The backfill material should not generally contain rocks or lumps greater than approximately 3 inches, and particles not more than approximately 30 percent larger than % inch. Larger chunks, if generated during excavation, may be broken into ac- ceptably sized pieces or disposed of offsite. Imported fill material, if needed for the project, should generally be granular soils with a very low to low expansion potential. Import mate- rials should also be non-corrosive in accordance with the Caltrans (2003) corrosion guidelines. Materials for use as backfill should be evaluated by Ninyo & Moore's represen- tative prior to filling or importing. 8.1.9. Fill Placement and Compaction Fill and trench backfill should be compacted by mechanical methods in uniform horizontal lifts to a relative compaction of 90 percent as evaluated by the latest edition of ASTM D 1557. The upper 12 inches of street subgrade and aggregate base beneath pave- ment areas should be compacted to a relative compaction of 95 percent. FiU and trench backfill soils should be placed at or above the laboratory optimum moisture content as evaluated by the latest edition of ASTM D 1557. The optimum Hft thickness of fill will de- pend on the type of compaction equipment used, but generally should not exceed 8 inches in loose thickness. Successive lifts should be treated in a like manner until the desired fin- ished grades are achieved. Special care should be taken to avoid pipe damage when compacting trench backfill above the pipe. 8.2. Lateral Pressures for Thrust Blocks Thmst restraint for buried pipelines may be achieved by transferring the thmst force to the soil outside the pipe through a thmst block. Thmst blocks may be designed using the magni- tude and distribution of passive lateral earth pressures presented on Figure 6. Thmst blocks 106858001 R.doc 11 Vancouver Lift Station Abandonment and HDD Sewer Extension Carlsbad, Califomia August 27, 2010 ProjectNo. 106858001 should be backfilled with granular backfill material and compacted following the recom- mendations presented in this report. 8.3. Seismic Design Parameters The proposed improvements should be designed in accordance with the requirements of governing jurisdictions and applicable building codes. Table 1 presents the seismic design parameters for tiie site, according to the 2007 CBC and mapped spectral acceleration pa- rameters (USGS, 2010). Table 1 - Seismic Design Factors Factors Values Site Class C Site Coefficient, Fg 1.000 Site Coefficient, Fy 1.348 Mapped Short Period Spectral Acceleration, Ss 1.191g Mapped One-Second Period Spectral Acceleration, Si 0.452g Short Period Spectral Acceleration Adjusted For Site Class, SMS 1.191g One-Second Period Spectral Acceleration Adjusted For Site Class, SMI 0.609g Design Short Period Spectral Acceleration, SDS 0.794g Design One-Second Period Spectral Acceleration, SQI 0.406g 8.4. Pavement Reconstruction Trenching within the street rights-of-way will result in the replacement of pavements for the project. In general, pavement repair should conform to the material and compaction re- quirements of the adjacent pavement section. Aggregate base material and asphalt concrete should be compacted to 95 percent. Actual pavement reconstmction should conform to the requfrements of the appropriate governing agency. 8.5. Instrumentation and Documentation Consideration should be given to implementing documentation and instrumentation programs to evaluate design assumptions, existing conditions, and to monitor movements, levels and defor- mations during constraction. The monitoring programs may include tiie use of seismographs, groundwater monitoring wells, inclinometers, convergence points and an array of surface control 106858001 R.doc 12 Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 points. The resulting data should be reviewed and evaluated by the geotechnical consultant. These programs should be in-place or conducted prior to the start of constraction. 8.5.1. Documentation of Existing Conditions We recommend a pre-constmction survey be performed on residences and stmctures within approximately 50 feet of proposed trench excavations. The surveys should in- clude photo-documenting existing cracks, and measuring crack widths and vertical separations, if applicable. Consideration may be given to videotaping the survey. In ad- dition, interviews with property owners should be conducted to provide knowledge of the age and type of the buildings as well as maintenance history and utility problems. 8.5.2. Lateral Movement of Shoring Support System We recommend that inclinometers or survey points be established behind excavations located in areas where stmctures are located above a 1:1 plane projected from the bot- tom of proposed excavations. We recommend that an evaluation of the final project plans be performed to see if other stmctures or sensitive site unprovements are located within close proximity of proposed excavations. The inclinometers or survey points should be monitored and evaluated daily during excavation activities to provide an ad- vanced waming system of potential problems. 8.5.3. Ground Surface Settlement We also recommend an array of ground survey points be installed along the utility line alignment to monitor settlement. The survey points should be installed as close as prac- tical to the excavation and incrementally away from the excavation. We recommend that the contractor be responsible for maintaining the total settlement beneath adjacent buildings to less than Vi inch. If settlements reach /4 inch, we recommend that a review of the contractor's methods be performed and appropriate changes be made, if needed. Consideration can be given to placing survey morutoring points on nearby stmctures to monitor the performance of the stmctures. In this way, a record of the performance of 106858001 R.doc 1 'i J Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia ProjectNo. 106858001 tiie stmcture will be maintained and available. This information, in conjunction with pre-constmction surveys, is helpful in reducing potential claims and expediting and lim- iting settlement of legitimate claims. 8.6. Soil Corrosivity The corrosion potential of the site soils was evaluated based on laboratory testing of a repre- sentative sample obtained from our exploratory borings. Laboratory testing was performed to evaluate pH, electrical resistivity, chloride and sulfate content. The laboratory test results are presented in Appendix B. The pH of the tested samples was approximately 7.9, the electrical resistivity ranged from approximately 550 to 600 ohm-centimeters (ohm-cm), the chloride content ranged from ap- proximately 360 to 460 parts per million (ppm), and the sulfate content ranged from approximately 0.058 to 0.061 percent (i.e., 580 to 610 ppm). Based on tiie laboratory test re- sults and Calfrans (2003) corrosion criteria, the project site is classified as a corrosive site. According to Caltrans (2003) corrosion criteria, site is considered corrosive if the earth ma- terials have more than 500 ppm chlorides, more tiian 0.20 percent sulfates (i.e., 2,000 ppm), a pH of 5.5 or less or an electrical resistivity of less than 1,000 ohm-cm. 8.7. Concrete Concrete in contact with soil or water that contains high concentrations of water-soluble sul- fates can be subject to premature chemical and/or physical deterioration. As stated above, tiie soil samples tested in this evaluation indicated a water-soluble sulfate content that ranged from approximately 0.058 to 0.061 percent by weight (i.e., 580 to 610 ppm). Accord- ing to tiie American Concrete Institute (ACI) 318-05, the potential for sulfate attack is moderate for water-soluble sulfate contents between 0.10 and 0.20 percent by weight (i.e., 100 to 200 ppm) in soils. Therefore, the site soils are considered negligible for sulfate attack. Although significant sulfate content was not indicated, we recommend that Type V cement 106858001 R.doc 14 Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 should be used for concrete constmction with a water-cement ratio no higher than 0.45 by weight for normal weight aggregate concrete. 8.8. Construction Observation and Testing During constmction operations, we recommend that Ninyo & Moore perform observation and testing services. These services should be performed to evaluate exposed subgrade con- ditions, including the extent and depth of overexcavation, the suitability of proposed borrow materials for use as fill, and placement and testing of fill soils compaction. If a geotechnical consultant other than Ninyo & Moore is selected to perform observation and testing services for the project, we request that the selected consultant provide a letter to the owner, with a copy to Ninyo & Moore, indicating that they fully understand our recommendations, and that they are in agreement with the recommendations contained in this report. Constraction of proposed improvements should be performed by qualified subcontractors using appropri- ate techniques and constmction materials. 9. LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions pre- sented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during constmction. Uncertainties relative to subsurface conditions can be reduced through addi- tional subsurface exploration. Additional subsurface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects of the project, and did not include evaluation of stmctural issues, environmental concems, or the pres- ence of hazardous materials. 106858001 R.doc 15 Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia ProjectNo. 106858001 This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requfres additional information or has questions regarding the content, interpretations presented, or completeness of this document. This report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested tiiat the bidders and thefr geotechnical consultant per- form an independent evaluation ofthe subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified and additional recommendations, if warranted, will be provided upon request. It should be understood tiiat the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the apphcable laws, regulations, codes, and standards of practice may occur due to government ac- tion or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no confrol. This report is intended exclusively for use by the client. Any use or reuse of the findings, conclu- sions, and/or recommendations of this report by parties otiier than the client is undertaken at said parties' sole risk. 106858001 R.doc Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carisbad, Cahfomia Proj ect No. 106858001 10. REFERENCES American Concrete Institute (ACI), 2005, ACI 318-05 Building Code Requfrements for Stmc- tural Concrete and Commentary. Anderson, J.G, Rockwell, T.K., and Agnew, D.C., 1989, Past and Possible Future Earthquakes of Significance to the San Diego Region: Earthquake Engineering Research Institute (EERI), Earthquake Specfra, Volume 5, No. 2. Blake, T.F., 2001, FRISKSP (Version 4.00) A Computer Program for tiie ProbabiUstic Estimation of Peak Acceleration and Uniform Hazard Spectra Using 3-D Faults as Earthquake Sources. Cahfomia Building Standards Commission, 2007, Califomia Building Code, Title 24, Part 2, Volumes 1 and 2: dated June. Califomia Department of Transportation (Calfrans), 2003, Corrosion Guidelines (Version 1.0), Divi- sion of Engineering and Testing Services, Corrosion Technology Branch: dated September. Califomia Geological Survey, 1998, Maps of Known Active Fault Near-Source Zones in Califor- nia and Adjacent Portions of Nevada: dated Febmary. Cahfomia Geological Survey, 1999, Seismic Shaking Hazard Maps of Califomia: Map Sheet 48. Cao, T., Bryant, W. A., Rowshandel, B., Branum, D., and Willis, C. J., 2003, The Revised 2002 Califomia Probabilistic Seismic Hazards Maps: Califomia Geological Survey: dated June. County of San Diego, 2010, SanGIS, World Wide Web, http://www.sangis.org/SangisInteractive. Geotracker website, 2010, www.geotrackercom. Harden, D.R., 1998, Califomia Geology: Prentice Hall, Inc. Hart, E.W, and Bryant, W.A., 1997, Fault-Rupture Hazard Zones in Califomia, Alquist-Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zone Maps: Califomia De- partment of Conservation, Division of Mines and Geology, Special Publication 42. Hartiey, J.D., and Duncan, J.M., 1987, E' and Its Variation with Depth: American Society of Civil Engineers (ASCE), Journal of Transportation Engineering, Vol. 113, No. 5: dated September. Jennings, CW, and Bryant, W.A., 2010, Fault Activity Map of CaUfomia: CaUfomia Geological Sur- vey, Califomia Geologic Data Map Series: Map No. 6, Scale 1:750,000. Kennedy, M.P., and Tan, S.S., 1996, Geologic Maps of the Northwestem Part of San Diego County, CaUfomia, Open-File Report 96-02. Kennedy, M.P. and Tan, S.S., 2007, Geologic Map of the Oceanside 30' x 60' C^iadrangle, CaUfomia, Califomia Geological Survey, Regional Map Series, 1:100,000 Scale, Map No. 2. Ninyo & Moore, In-house proprietary information. 106858001 R.doc 17 n Vancouver Lift Station Abandonment and HDD Sewer Extension Carlsbad, Califomia August 27, 2010 ProjectNo. 106858001 Ninyo & Moore, 2010, Proposal for Geotechnical Evaluation, Proposed Sewer Line from Van- couver Sfreet to Via de Canto, Carlsbad, Califomia, Proposal No. P-8844: dated May 12. Norris, R.M., and Webb, R.W., 1990, Geology of Califomia, Second Edition: John Wiley & Sons, Inc. Public Works Standards, Inc., 2009, "Greenbook," Standard Specifications for Public Works Constraction. Tan, S.S., and Giffen, D.G, 1995, Landslide Hazards in the Northem Part of the San Diego Met- ropolitan Area, San Diego County, Califomia, Califomia Division of Mines and Geology, Landshde Hazard Identification map No. 35, Open File Report 95-04, Scale 1:24.000. Treiman, J.A., 1984, The Rose Canyon Fault Zone, A Review and Analysis: CaUfomia Geologi- cal Survey. Treiman, J.A., 1993, The Rose Canyon Fault Zone, Southem Califomia: Califomia Geological Survey, Open File Report 93-02. United States Department of the Interior, Bureau of Reclamation, 1989, Engineering Geology Field Manual. United States Geological Survey (USGS), 1968 (Photorevised 1975), San Luis Rey Quadrangle- Califomia, San Diego County, 7.5 Minute Series (Topographic): Scale 1" = 2,000'. United States Geological Survey/Califomia Geological Survey, 2002 (Revised April 2003), Probabilistic Seismic Hazards Assessment (PSHA) Model, World Wide Web, http://www.consrv.ca.gov/CGS/rghm/pshamap/pshamain.html. United States Geological Survey, 2010, Ground Motion Parameter Calculator v. 5.0.9, World Wide Web, http://earthquake.usgs.gov/research/hazmaps/design/. AERIAL PHOTOGRAPHS Source Date Flight Numbers Scale USDA April 11, 1953 AXN-8M 103 and 104 1:24,000 106858001 R.doc 18 SOURCE 2008 Thomas Guide for San Diego County. Street Guide and Directory: Map ©Rand McNally. R.L 07-S-129 NOTE: ALL DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE APPROXIMATE SCALE 2,400 4,800 FEET N A Mingo^ff/sxx^ SITE LOCATION MAP FIGURE 1 PROJECT NO. DATE VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE 1 106858001 8/10 VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE 1 ^ B-4 BORING ID = TOTAL DEPTH IN FEET TD = 1 5 A A' PROPOSED SEWER ALIGNMENT/ I J I GEOLOGIC CROSS SECTION (14) (STATION NUMBER) NOTE ALL DIRECTIONS DIMENSIONS AND LOCATIONS ARE APPROXIMATE APPROXIMATE SCALE 140 280 FEET PROJECT NO. 106858001 DATE 8/10 BORING LOCATION MAP VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD CALIFORNIA FIGURE LEGEND CALIFORNIA FAULT ACTIVITY —— HISTORICALLY ACTIVE HOLOCENE ACTIVE ^^^^ LATE QUATERNARY (POTENTIALLY ACTIVE) QUATERNARY (POTENTIALLY ACTIVE) STATE/COUNTY BOUNDARY SOURCE: Fault Activity Map of Califomia, 2010. Jennings, C.W., and Bryant, W.A., California Geological Survey. APPROXIMATE SCALE 60 MILES FAULT LOCATION MAP FIGURE 3 PROJECT NO. DATE VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE 3 106858001 8/10 VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE 3 ( ) 250 Qaf/Topsoil B-3 (PROJECTED 110") EXISTING GROUND SURFACE \ Qaf/Topsoil Tsa 200 250- > o 00 < HI LU O Z i= 150- • > o UJ I- 100- 0+00 1+00 EXISTING GROUND SURFACE 250 •200 i z O 150 5 LU -J LU 100 2+00 3+00 4+00 5+00 6+00 7+00 B-2 (PROJECTED 50') Tsa • ^79(SPT5 . - 50/5" (SPT) . . 50/4" (SPT) . . 50/4" • • 50/6" • • 50/6" * 50/3" Qaf/Topsoll \ EDGE OF PARKING LOT I EDGE OF D' VANCOUVER B-1 STREET (PROJECTED 5") A' r250 50/1" -200 TD=25.6' TD=50.8' Tsa z g 150 ^ lU —I LU 100 7+00 8+00 9+00 10+00 11+00 12+00 13+00 14+00 14+56 LEGEND B-4 1 APPROXIMATE LOCATION OF EXPLORATORY BORING V 50/5" SAMPLE BLOW COUNT PER INCREMENT OF DEPTH TD=15.5' TD=TOTAL DEPTH IN FEET Qaf FILL Tsa SANTIAGO FORMATION 7 GEOLOGIC CONTACT, QUERIED WHERE QUESTIONABLE NOTE: Aa DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE APPROXIMATE SCALE 0 100 200 FEET SOURCE: DUDEK, 2010, AUGNMENT FOR VANCOUVER LIFT STATION; DATED JULY 27. GEOLOGIC CROSS SECTION FIGURE 4 PROJECT NO. DATE VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE 4 106858001 8/10 VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE 4 Vancouver Lift Station Abandonment and HDD Sewer Extension August 27, 2010 Carlsbad, Califomia Project No. 106858001 APPENDIX A BORING LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following methods. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory borings. The samples were bagged and transported to the laboratory for testing. The Standard Penetration Test (SPT) Sampler Disturbed drive samples of earth materials were obtained by means of a Standard Penetra- tion Test sampler. The sampler is composed of a split barrel with an extemal diameter of 2 inches and an unlined intemal diameter of 1-3/8 inches. The sampler was driven into the ground 12 to 18 inches with a 140-pound hammer free-falling from a height of 30 inches in general accordance with ASTM D 1586. The blow counts were recorded for every 6 inches of penetration; the blow counts reported on the logs are those for the last 12 inches of pene- tration. Soil samples were observed and removed from the sampler, bagged, sealed and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following methods. The Modified Split-Barrel Drive Sampler The sampler, with an extemal diameter of 3.0 inches, was lined with 1-inch long, thin brass rings with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground with the weight of a hammer of the drill rig in general accordance with ASTM D 3550. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sam- pled. The samples were removed from the sample barrel in the brass rings, sealed, and transported to the laboratory for testing. 106858001 R.doc CD J LJL 2 z o b • |3 o BORING LOG EXPLANATION SHEET I r 7 •\ 11 xx/xx 10 9 Bulk sample. Modified split-barrel drive sampler. No recovery with modified split-barrel drive sampler. Sample retained by others. Standard Penetration Test (SPT). No recovery with a SPT. Shelby tube sample. Distance pushed in inches/length of sample recovered in inches. No recovery with Shelby tube sampler. Continuous Push Sample. Seepage. Groundwater encountered during drilling. Groundwater measured after drilling. 15 SM ALLUVIUM: Solid line denotes unit change. Dashed line denotes materiafchange. Attitudes: Strike/Dip b: Bedding c: Contact j: Joint f: Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Slide Surface sf: Shear Fracture sz: Shear Zone sbs: Sheared Bedding Surface The total depth line is a solid line that is drawn at the bottom ofthe boring. BORING LOG EXPLANATION OF BORING LOG SYMBOLS PROJECT NO. DATE Rev. 01/03 FIGURE U.S.C.S. METHOD OF SOIL CLASSIFICATION MAJOR DIVISIONS SYMBOL TYPICAL NAMES GW GRAVELS (More than 1/2 of coarse fraction > No. 4 sieve size) SANDS (More than 1/2 of coarse fraction <No. 4 sieve size) SILTS & CLAYS Liquid Limit <50 GP GM GC SW SP SM ML SILTS & CLAYS Liquid Limit >50 HIGHLY ORGANIC SOILS MH CH OH Pt Well graded gravels or gravel-sand mixtures, little or no fines Poorly graded gravels or gravel-sand mixtures, little or no fines Silty gravels, gravel-sand-silt mixtures Clayey gravels, gravel-sand-clay mixtures Well graded sands or gravelly sands, little or no fines Poorly graded sands or gravelly sands, little or no tines Silty sands, sand-silt mixtures Clayey sands, sand-clay mixtures Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean Organic silts and organic silty clays of low plasticity Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silty clays, organic silts Peat and other highly organic soils GRAIN SIZE CHART CLASSIFICATION RANGE OF GRAIN SIZE CLASSIFICATION U.S. Standard Sieve Size Grain Size in Millimeters BOULDERS Above 12" Above 305 COBBLES 12" to 3" 305 to 76.2 GRAVEL Coarse Fine 3" to No. 4 3" to 3/4" 3/4" to No. 4 76.2 to 4.76 76.2 to 19.1 19.1 to 4.76 SAND Coarse IVIedium Fine No. 4 to No. 200 No. 4 to No. 10 No. 10 to No. 40 No. 40 to No. 200 4.76 to 0.075 4.76 to 2.00 2.00 to 0.420 0.420 to 0.075 SILT & CLAY Below No. 200 Below 0.075 PLASTICITY CHART « 20 30 40 SO 60 70 80 90 100 UQuro LiMrr(LL), % U.S.C.S. METHOD OF SOIL CLASSIFICATION USCS Soil Classification Updated Nov. 2004 3 .> UJ on h-W O z o CO -> O DATE DRILLED 7/21/10 BORING NO. B-1 GROUND ELEVATION 206'± (MSL) SHEET 1 OF METHOD OF DRILLING 6" Diameter Hollow Stem Auger (CME-75) (Baja Exploration) DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30" SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION 31 10.7 10 I 50/6" 13,9 15 50/6" 14! _2IL 119.4 115.4 13.8 SM SC ASPHALT CONCRETE: ^Approximately 6 inches thick. BASE MATERIAL: Gray, damp to moist, loose to medium dnese, silty fine SAND; some fine to coarse gravel: trace clay; approximately 3 inches thick. FILL: Light yellowish brown, damp to moist, medium dense, clayey SAND, SANTIAGO FORMATION: Very light grayish brown, damp to moist, weakly to moderately cemented, silty fine- grained SANDSTONE interbedded with moderately indurated clayey SILTSTONE. Grayish brown. BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-1 X F- o. UJ Q CO 5 O u. O CO z o b . < w yd CO -J O DATE DRILLED 7/21/10 BORING NO. B-1 GROUND ELEVATION 206'± (MSL) SHEET OF METHOD OF DRILLING 6" Diameter Hollow Stem Auger (CME-75) (Baja Exploration) DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30" SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION 49 13,0 115.4 25 50/r 30 35 JtSL SANTIAGO FORMATION: (Continued) Grayish brown, damp to moist, weakly to moderately cemented, silty fine-grained SANDSTONE interbedded moderately indurated with clayey SILTSTONE; trace coarse sand to fine gravel. Total Depth-25.6 feet. Groundwater not encountered during drilling. Backfilled with approximately 5 cubic feet of bentonite grout and patched with asphalt concrete shortly after drilling on 7/21/10. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG VANCOUVER LIFT STATION AB/U^NMENT AND HDD SEWER EXTENSION CARLSBAD. CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-2 X UJ a CD o o CQ UJ Q: I- co O z O is CO ^ o DATE DRILLED 7/22/10 BORING NO. B-2 GROUND ELEVATION 207'± (MSL) SHEET 1 OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Limited Access Rig, CME-75) (Baja) HJ, r DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30;^ SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION SM FILL: Light grayish brown, damp to moist, loose, silty fine SAND; few fine to coarse gravel; contains roots in upper 6 inches. Light yellowish brown; medium dense. Dark brown; loose; silty fine to medium sand. 10 79 SANTIAGO FORMATION: Light grayish brown, damp, weakly cemented, silty fine-grained SANDSTONE. 'GraylslTbrown, damp, weakly to moderately cemented, siTtyTme-gramed SANDSTONE interbedded with moderately indurated clayey SILTSTONE. 15 _2Q_ BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD. CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-3 CO OJ _l QL < CO m UJ Cd co o 2 z o H; . y O ^S o DATE DRILLED 7/22/10 BORING NO. B-2 GROUND ELEVATION 207'± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Limited Access Rig, CME-75) (Baja) DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30;; SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION ID" 50/5" SANTIAGO FORMATION: (Continued) Grayish brown, damp, weakly to moderately cemented, silty fine-grained SANDSTONE interbedded with moderately indurated clayey SILTSTONE. 25 30 7 50/4" Light gray, damp, wealcly to strongly cementedTsnty fine-grainedTSANDSTONEr iiii 35 I 50/4" 8.8 108,2 BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA PROJECT NO, 106858001 DATE 8/10 FIGURE A-4 CO CO UJ a: z> F-CO O ^s DATE DRILLED 7/22/10 BORING NO. B-2 GROUND ELEVATION 207' ± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Limited Access Rig, CME-75) (Baja) DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30;^ SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION ITT 50/6" 9,0 104,7 45 50/6" 8.7 104.1 50 50/3" 19.2 96.8 55 SANTIAGO FORMATION: (Continued) Light gray, damp, weakly to strongly cemented, silty fine-grained SANDSTONE. Gray and grayish Brown, damp, weakly to strongly cementedTsTIty fme-grained" SANDSTONE interbedded with strongly indurated clayey SILTSTONE. Moist. Total Depth = 50.8 feet. Groundwater not encountered during drilling. Backfilled with approximately 17.7 cubic feet of bentonite grout shortly after drilling on 7/22/10. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-5 o o u. S5 § CQ u. O a. a. RE All CO 1-z co UJ O Q DRY o is Is CO 5 o DATE DRILLED 7/21/10-7/22/10 BORING NO. B-3 GROUND ELEVATION 210'±(MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Limited Access Rig. CME-75) (Baja) DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30;^ SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION 1 46 15 SM FILL: Light grayish brown, damp, loose, silty fine SAND; trace medium to coarse sand; trace ^clay; scattered fine to coarse gravel and cobbles. SANTIAGO FORMATION: Light grayish brown, damp, weakly cemented, silty fine-grained SANDSTONE interbedded with moderately indurated clayey SILTSTONE. BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-6 CO UJ _l CL CQ. O Q. CO z UJ o >-cc Q z o <: CO CO CQ -3 DATE DRILLED 7/21/10-7/22/10 BORING NO. B-3 GROUND ELEVATION 210'± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Limited Access Rig, CME-75) (Baja) DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30;; SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION 50/6" 25 50/5" 30- 35 SANTIAGO FORMATION: (Continued) Light grayish brown, damp, weakly to strongly cemented, silty fine-grained SANDSTONE interbedded with strongly indurated clayey SILTSTONE. Reftjsal at 35 feet. Moved over 10 feet and re-drilled with 8" Hollow Stem Auger Limited Access Rig (CME-75) on 7/22/10. BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-7 CO UJ _l Q. < CO CQ . F-O O u. i o CO z UJ Q >- CL a o CQ > CO z g ss CO DATE DRILLED 7/21/10-7/22/10 BORING NO. B-3 GROUND ELEVATION 210'±(MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Limited Access Rig. CME-75) (Baja) DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30;; SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION 45 50 f 82/1 r 55 SANTIAGO FORMATION: (Continued) Grayish brown, damp, weakly to strongly cemented, silty fine-grained SANDSTONE interbedded with strongly indurated clayey SILTSTONE. BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD. CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-8 < CO OQ IXJ a: F-CO O CO z UJ o >-oc a z O o u. CO CO o DATE DRILLED 7/21/10-7/22/10 BORING NO. B-3 GROUND ELEVATION 210' +(MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Limited Access Rig. CME-75) (Baja) DRIVE WEIGHT 140 lbs. (Auto-Trip Hammer) DROP 30^ SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION 50/4" 65 70 75 _8flL SANTIAGO FORMATION: (Continued) Grayish brown, damp, weakly to strongly cemented, silty fine-grained SANDSTONE [interbedded with strongly indurated clayey SILTSTONE. Depth = First Attempt Total Depth = 35 feet Groundwater not encountered during drilling. Backfilled with approximately 6.9 cubic feet of bentonite grout shortly after drilling on 7/ 21/10. Second Attempt Total Depth = 60.8 feet. Groundwater not encountered during drilling. Backfilled with approximately 21.2 cubic feet of bentonite grout shortly after drilling on 7/22/10. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD. CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-9 I UJ cc rj h-co o CO z Ui D >- CC a z O <C CO yd o DATE DRILLED 7/21/10 BORING NO. B-4 GROUND ELEVATION 176'± (MSL) SHEET 1 OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Limited Access Rig. CME-75) (Baja) DRIVE WEIGHT 140 lbs, (Auto-Trip Hammer) DROP 30;; SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION SM FILL: Light brown, damp to moist, medium dense, silty fine SAND; trace clay, 50/5" 12.0 77.0 9 SANTIAGO FORMATION: Light grayish brown, damp, weakly cemented, clayey fine- to medium-grained SANDSTONE. Se^age^ _ Light brown, wet, wealcly to moderately mdurate'H', clayey STLTST(3^4H; traceHn'e s'an^; weathered zone. 10 I 15 50/6" 15. 117.9 "Grayish brown, moist, weakly cemented^ fme sandy "^ILTJTDNE. Total Depth = 15.5 feet. Groimdwater not encountered during drilling. Seepage encountered at 7 feet. Backfilled with approximately 3 cubic feet of bentonite grout and patched with asphalt concrete shortly after drilling on 7/21/10. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD. CALIFORNIA PROJECT NO. 106858001 DATE 8/10 FIGURE A-10 Vancouver Lift Station Abandonment and HDD Sevier Extension August 27, 2010 Carlsbad, Califomia ProjectNo. 106858001 APPENDIX B LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on the logs of the exploratory borings in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained fi"om the ex- ploratory excavations were evaluated in general accordance with ASTM D 2937. The test results are presented on the logs of the exploratory borings in Appendix A. Gradation Analysis Gradation analysis tests were performed on selected representative soil samples in general accor- dance with ASTM D 422. The grain-size distribution curves are shown on Figures B-1 and B-2. These test results were utilized in evaluating the soil classifications in accordance with the Uni- fied Soil Classification System (USCS). Direct Shear Tests Direct shear tests were performed on relatively undisturbed samples in general accordance with ASTM D 3080 to evaluate the shear strength characteristics of selected materials. The samples were inundated during shearing to represent adverse field conditions. The results are shown on Figures B-3 and B-4. Soil Corrosivity Tests Soil pH, and resistivity tests were performed on representative samples in general accordance with Califomia Test (CT) 643. The soluble sulfate and chloride content of selected samples were evaluated in general accordance with CT 417 and CT 422, respectively. The test results are pre- sented on Figure B-5. 106858001 R.doc GRAVEL SAND FINES Coarse Fine Coarse Medium Fine Slit Clay U.S. STMiDfi,RD SIEVE 1-1/2" 1" 3/4" 1/2" 3/8" 4 8 HYDROMETER 100 1 D t 1 1 0.1 0.01 0.001 0.0001 GRAIN SIZE IN MILLIMETERS Symbol Hole No. Depth (ft) Liquid Limit Plastic Limit Plasticity Index Dio Deo c„ Cc Passing No.200 (%) U.S.C.S • B-1 1.0-5.0 ~ ------23 SC PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 GRADATION TEST RESULTS FIGURE B-1 PROJECT NO, DATE VANCOUVER LIFT STATION ABANDONMENT AND HDD SE\WER EXTENSION CARLSBAD. CALIFORNIA FIGURE B-1 106858001 8/10 VANCOUVER LIFT STATION ABANDONMENT AND HDD SE\WER EXTENSION CARLSBAD. CALIFORNIA FIGURE B-1 loeasaool SIEVEI B-I a i.o-5.o.xis GRAVEL SAND FINES Coarse Fine Coarse Medium Fine Silt Clay U.S. STANDARD SIEVE 1-1/2' 1" 3/4" 1/2" 3/8" 4 8 NUMBERS 16 30 HYDROMETER ; 1-^^--^——"——— •—1 100 1 0 1 0.1 GRAIN SIZE 0.01 0.001 N MILLIMETERS Symbol Hole No. Depth (ft) Liquid Limit Plastic Limit Plasticity Index Dio D30 Deo Cu Cc Passing No, 200 (%) U,S.C.S • B-4 0.0-5,0 --~ ~ -~ ~ -45 SM 0.0001 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 GRADATION TEST RESULTS FIGURE B-2 PROJECT NO. DATE VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE B-2 106858001 8/10 VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE B-2 ^^^^ 106658001 SIEVEI B-4 & 0.0-S.O.Xls 4000 3000 (0 CO CO LU OC \- co Si X CO 2000 1000 1000 2000 3000 NORMAL STRESS (PSF) 4000 Description Symbol Sample Location Depth (ft) Shear Strength Cohesion, c (psf) Friction Angle, (j) (degrees) Soil Type Clayey SAND B-1 5.0-6.5 Peak 1,120 22 SC Clayey SAND B-1 5.0-6.5 Peak 1,120 22 SC Clayey SAND - -X - -B-1 5.0-6.5 Ultimate 1,120 21 SC PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 DIRECT SHEAR TEST RESULTS FIGURE B-3 PROJECT NO. DATE VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE B-3 106858001 8/10 VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA FIGURE B-3 106858001 SHEAR B-1 @ 5.0-6,5.xls 4000 0 1 i 1 0 1000 1 ' ' 1 2000 3000 NORMAL STRESS (PSF) 4000 Description Symbol Sample Location Depth (ft) Shear Strength Cohesion, c (psf) Friction Angle, ^ (degrees) Soil Type Clayey SANDSTONE B-4 5.0-5.4 Peak 270 29 Formation Clayey SANDSTONE B-4 5.0-5.4 Peak 270 29 Formation Clayey SANDSTONE - -X - -B-4 5.0-5.4 Ultimate 270 27 Formation PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 DIRECT SHEAR TEST RESULTS FIGURE B-4 PROJECT NO, DATE VANCOUVER LIFT STATION ABANDONMENT AND HDD SEV\«R EXTENSION CARLSBAD, CALIFORNIA FIGURE B-4 106858001 8/10 VANCOUVER LIFT STATION ABANDONMENT AND HDD SEV\«R EXTENSION CARLSBAD, CALIFORNIA FIGURE B-4 106858001 SHEAR B-4 @ 5.0-5.4.xls SAMPLE LOCATION SAMPLE DEPTH (FT) RESISTIVITY ^ (Ohm-cm) SULFATE CONTENT (ppm) (%) CHLORIDE CONTENT' (ppm) B-1 B-4 20.0-21.5 0.0-5.0 7.9 7.9 550 600 610 580 0.061 0.058 360 460 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 643 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 417 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 422 CORROSIVITY TEST RESULTS FIGURE B-5 PROJECT NO, DATE VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA . FIGURE B-5 106858001 8/10 VANCOUVER LIFT STATION ABANDONMENT AND HDD SEWER EXTENSION CARLSBAD, CALIFORNIA . FIGURE B-5 106858001 CORROSIVITY Page 1.xls APPENDIX B ENVIRONMENTAL, CEQA MITIGATION MEASURES '•'1^00' FILE NUMBERS: EIA 12-01 Page 1 of 7 PROJECT NAME: VANCOUVER STREET HPn 5^EWER EXTFN<^inN APPROVAL DATE: AUGUST 6. 2Q12 JH^J^ITI"^^' mitigation measures were incorporated into the Conditions of Approval for this proiect in order to mitiaate MITOHT^^ *° ^ 'Tl.^^ insignificance. A completed and signed checklist for each mSgaK^^^^^^^ arPrblirRr:^^^^^^ ^^^^^'^^ ^^'^ ^^^^^ ^-^--e^nts withfe^pectt^^^^^^^ BIOLOGICAL RESOURCES BIO-1 - In order to avoid impacts to adjacent open space habitats during constmction, all impacted open space interfaces will require temporary orange constmction fencing which clearly delineates the edge of the approved limits of grading and clearing and environmentally sensitive areas beyond. This fencing shall be installed in all areas adjacent to protected open spaces, and shall be installed prior to constmction. and maintained for the duration of constmction activity. Fencing shall be installed in a manner that does not impact habitats to be avoided. The applicant shall submit to the dty for approval, at least Seven days prior to initiating project impacts, the final plans and photographs for the demolition of the sewer lift station. These final plans shall include photographs that show the fenced limits of impact and all areas to be impacted or avoided. If wori^ occurs beyond the fenced or demarcated limits of impact, all wotk shall cease until the problem has been remedied and mitigation identified, to the satisfaction of the biological monitor. Temporary orange constmction fencing shall be removed upon project completion of construction ofthe project. Project - Prior to Grading and During Ali Constmction Activities Planning Division & Biological Monitor Explanation off He;^<;llnfl«- Type = Project, ongoing, cumulative. ?h^S'i'?D?®''*' ^S?'^^®"^ °'' ^Sency. responsible for monitoring a particular mitigation measure. Sr^IL^l^ mitigation measure Is shovwi on plans, this column will be initialed and dated. SmarSJ - A^Tfnl^r*" = Whe" 1"'**^?^'°" ""^^^"'^ implemented, this column v;rill be initialed and dated. Kemarks - Area for descnbing status of ongoing mitigation measure, or for other infomiation KU - Appendix P. Page 2 of 7 Mitigation Measure Monitoring Type Monitoring Department Shown on Plans Verified Implementation Remarks BIOLOGICAL RESOURCES CONTINUED BIO-2 - The developer shall hire a biological monitor to monitor the constmction operations. The biological monitor shall have the ability to halt construction work, if necessary and confer with the city and Wildlife Agencies to ensure the proper implementation of species and habitat protection measures. The biologist shall report any violation to the USFWS within 24 hours of its occurrence. The biological monitor shall be present to monitor clearing, grading, and constmction activities in the vicinity of biological open space areas. The biological monitor shall have the authority to stop constmction and require additional precautions or conservation measures to protect the proposed open space preserve areas, including the wildlife movement corridor, as necessary. Implementation of this measure shall be verified by the city prior to and concurrent with constmction. Project Planning Division & Engineering - Utilities Department BIO-3 - Prior to the commencement of any ground-disturbing activities (i.e., drilling, trenching, grading) that occur between January 15 and September 15, a biological survey by a qualified biologist shall be conducted of the project area. If active raptor and/or migratory bird nests are observed during the constmction phase, a buffer area of adequate width (typically 500 feet), as determined by the monitoring biologist, shall be established between the constiuction activities and the nest so that nesting activities are not interrupted. To avoid potential impacts, trees shall be removed outside of the breeding season of local raptor species (trees shall be removed between September 15 and January 15). Noise attenuation and buffer (if required) shall remain in place until the constmction activities are completed or the nest is no longer active, implementation of this measure shall be verified by the city. Project- Prior to Any Ground Disturbing Activities Planning Division & Biological Monitor Explanation of Haadlnaa: Type = Project, ongoing, cumulative. Monitoring Dept. = Department or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans - When mitigation measure Is shown on plans, this column will be initialed and dated. Verified implementation = When mitigation measure has been implemented, this column will be initi; Remarl($ = # ifor describing status of ongoing mitigation measure, or for other Information. RD - Appenf nd dated. Page 3 of 7 Mitigation Measure Monitoring Type Monitoring Department Shown on Plans Verified Implementation Remari<s BIOLOGICAL RESOURCES CONTINUED BiO-4 - Constmction noise created during the breeding season that could affect the breeding of the Califomia gnatcatcher, migratory songbirds and other bird species associated with the adjacent coastal sage scmb habitat shall be avoided. This restriction can be waived by tiie city, with concurrence from the Wildlife Agencies, upon completion of a breeding/nesting bird survey of the area in accordance with the Migratory Bird Treaty Act. A biological monitor of the constixiction operation is required. If nests are present, no loud constiuction (exceeding 60 dBA hourly average, adjusted for ambient noise levels, at the nesting site) may take place within 500 feet of active nesting sites during the nesting/breeding season (January 15 through September 15). Project Planning Division & Biological Monitor BIO-5 - In order to avoid Impacts to various waterways during constmction, the construction notes on the project plans shall state that the contractor shall submit and implement a "frac- ouf plan. The plan at a minimum shall include the following: 1. Techniques to reduce potential for hydrofracture and inadvertent retums that could pollute Agua Hedionda Lagoon: a) Sufficient earth cover should be used to increase resistance to hydrofracture. b) An adequately dense drilling fluid should be used to avoid travel of drilling fiuid in the porous sarKis. c) The bore should be conducted in a manner tiiat avoids collapse. d) Borehole pressure should be maintained at levels low enough to avoid hydrofracture. Project Planning Division & Biologicai Monitor Explanation of Headings: Type - Project, ongoing, cumulative. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. Verified implementation = When mitigation measure has been implemented, this column will be initialed and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other infomiation. RD - Appendix P. Page 4 of 7 Mitigation Measure Monitoring Type Monitoring Departanent Shown on Plans Verified Implementation Remarks BIOLOGICAL RESOURCES CONTINUED e) Reaming and pullback rates should be maintained at rates slow enough to avoid over pressurization of the bore. f) The surface above the vicinity of the drill head should be visually monitored for surface evidence of hydrofracture. g) Drilling methods should be modified to suite site conditions such that hydrofracture does not occur. 2. Hydrofractures should be cleaned immediately after they occur. Necessary response equipment should be readily accessible and in good working order. 3. All field personnel should understand their responsibility for timely reporting of hydrofractures. Explanation of Headings: Type = Project, ongoing, cumulative. Monitoring Dept. = Department or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans - When mitigation measure is shown on plans, this column will be initialed and dated. Verified lmp<»'«^ntation = When mitigation measure has been implemented, this column will be initif' Remarlts =i Wor describing status of ongoing mitigation measure, or for other infonmation. f RD - Apper^^^r nd dated. o Page 5 of 7 ( Mitigation Measure Monitoring Type Monitoring Deparfament Shown on Plans Verified Implemerrtation Remarics CULTUIRAL RESOURCES CUL-1 - Prior to the commencement of ground-disturt)ing activities, the project developer shall retain a qualified archaeologist to monitor ground-disturiaing activities. The qualified archaeologist shall be on-site during all grading, trenching, and ottier ground-disturbing activities unless otiienwise agreed upon by tiie archaeologist and city staff. In tiie event any potential cultural resource is uncovered during tiie course of tiie project constiuction, ground-disturbing activities in the vicinity of tiie find shall be redirected until the nature and extent of tiie find can be evaluated by ttie archaeological monitor. If cultural resources are encountered, the archaeologist shall have ttie auttiority to temporarily halt or redirect grading/trenching while ttie cultural resources are documented and assessed. If archaeological resources are encountered during excavation or grading, the archaeological nrronitor shall direct ttie contiractor to avoid all woric in the immediate area for a reasonable period of time to allow tiie archaeologist to evaluate ttie significance of ttie finding and determine an appropriate course of action. The appropriate course of action may include, but not be limited to avoidance. recordation. relocation. excavation, documentation, curation, data recovery, or ottier appropriate measures. The Project Contractor shall provide a reasonable period of time for pursuing tfie appropriate activities, including salvage of discovered resources. Salvage operation requirements pursuant to Section 15064.5 of ttie CEQA Guidelines shall be followed. Recovered artifactual materials and data shall be cataloged and analyzed. A report shall be completed describing ttie metiiods and results of tiie monitoring and data recovery program. Artifacts shall be curated witti accompanying catalog to cunent professional repository standards or tfie collection will be repatriated to tfie appropriate Native American Tribe(s), as spedfied in the pre- excavation agreement. Project - Prior to Grading and During All Constmction Activities Planning Division & Engineering Utilities Deparfanent Explanation of Hcadli^qs- Type = Project, ongoing, cumulative. ?h™'!!!?B?®'* = Department or Agency, responsible for monitoring a particular mitigation measure. Shown on P ans = When mitigation measure is shown on plans, tiiis column will be initialed and dated p!II.«f J'"?®'"®,"*!?**"mitigation measure has been implemented, tiiis column will be initialed and dated. nemancs = Area for descnbing status of ongoing mitigation measure, or for other infomiation RD - Appendix P. Page 6 of 7 Mitigation Measure Monitoring Type Monitoring Department Sliownon Plans Verified Implementation Remarics CULTURAL RESOURCES CONTINUED If any human remains are discovered, all constiiic^ion activity in the immediate area of the discovery shall cease immediately, and the Archaeological monitor shall notify the County Medical Examiner pursuant to Califomia Health and Safety Section 7050.5. Should the Medical Examiner detennine the human remains to be Native American; the Native American Heritage Commission shall be contacted pursuant to Califomia Public Resources Code Section 5097.98. The Native American Monitor (pursuant to Mitigation Measure CUL-2). in consultation with the Native American Heritage Commission, shali Inspect the site of the discovery of the Native American remains and may recommend to the City of Cartsbad, and the project contiractor, actions for treating or disposing, with appropriate dignity, the human remains and any assodated grave gcxKls. The recommendation may include the scientific removal and nondestmctive analysis of human remains and items associated with Native American burials. The project contractor shall provide a reasonable period of time for salvage of discovered human remains before resuming constmction activities. Project - Prior to Grading and During All Constmction Activities Planning Division & Engineering Utilities Department CUL-2 -Prior to the commencement of ground disturbing activities, the project developer shall retain the services of a Native American monitor. The purpose of this monitoring will be to allow for tribal observation of trenching excavation induding fomnalized procedures for the treatment of Native American human remains and burial, ceremonial, or cultural items that may be uncovered during any ground disturisance activities. Prior to implementation of the monitoring, a pre-excavation agreement shall be developed between the appropriate Native American Tribe and the City of Carisbad. The Native American representative(s) shall attend the pre-grading meeting with the contractors to explain the requirements of the program. The Native American monitor shali be on-site during all grading, trenching, and other ground-disturtsing activities unless otherwise agreed upon by the monitor and dty staff. Project - Prior to Grading and During All Constmction Activities Planning Division & Engineering Utilities Department Explanation of Headings: Type - Project, ongoing, cumulative. Monitoring Oept = Department or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column wilt be initialed and dated. Verified Implementation = When mitigation measure has been implemented, this column will be initia*' ^nd dated. Remarks = I %)r describing status of ongoing mitigation measure, or for other infonmation. | I RD-Appe4 I / { I Page 7 of 7 Mitigation Measure CULTUF^L RESOURCES CONTINUED Monitoring Type Monitoring Department Shown on Plans VerrTied Implementation j Remarics CUL-3 - Prior to any excavation or tinenching into undisturiaed, older Pleistocene sediment, tfie projed developer shall retain a qualified paleontologist during constiuction excavations within tfiese sediment deposits, if any. to observe consfatiction excavations. Furthennore. ttie Paleontologist shall develop a Paleontological Resources Impad Mitigation Monitoring Plan (PRIMMP). The PRIMMP should indude. but not be limited to: attendance at the pre-grade meeting by a qualified paleontologist; monitoring of excavation activities; spot- screening of sediments for small (or micro-) vertebrates; identification and curation of specimens; and preparation of a report of findings. In the event ttiat any unique paleontological resources are encountered, the resources shall be salvaged, recorded, and curated, under the direction of tfie monitoring paleontologist. Projed - Prior to Grading and During All Constmction Acjtivities Planning Division & Engineering - Utilities Department Explanation of Heading^: Type = Project, ongoing, cumulative. Monitoring Dept. = Department or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans - When mitigation measure is shown on plans, this column will be initialed and dated. Verified Implementation = When mitigation measure has been implemented, this column will be initialed and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information. RD - Appendix P. APPENDIX C AS BUILTS DRAWINGS: EXISTING PUMP STATION <f4' ^/GATo^ my 1 4Z' 42' 1 JO' 4S\S3 J CARLSBAD TRACT NO. 74-4 OUAIL RIDGE (•rypevam.^ v '^.c. M/H ON \ see ime*// (BOTH S/OBS) (SOTVS/OeSj a'4.B M/M SMT.2 rrP/CAL mi SUf^fi£L£VAT£D S£Cr/OA/ M> SCAL£ SO', S4' 39'.-30'.-4Z' '^3 t'eccsfoemufc —' faams/oesj B9',JIO'u4Z' /&, eo', 33' 7r? ssa. 33/nss, saevrmm ae. coffi/iK/s SC pomtc Of?. coA/cxxw sr./m j«jMm/^«p sr. || 3A.C. MIN. ON \_6-ryne s-cma £IM AYS., 4"4C./Siia. s/n e I 25' /a' 'A.a.M/M -/a '73f££ Am cfT/c/ry £AS£Af£f/r_ STOAAfOM/AJ ¥ ^^fi{/^r£Ai4AfC£3 Sfme/f Mt/*/ . S7y9££rA/4Ue SAMS _. STOP S/CA/S /^^/J , • WJttf^r//ej//S f^oa Hf.ty.-mauuUK \ ^ c^vfrr.j' HP.BV.-INrsKUCTIOMMUltMUmI sm£sri/v//rs (/6.000 MPS.[/ I(/M£N$) /yfi£//Ka/i4/^r £m Of sr/feer s/fw tw/.a/j /vor^ mfoe/e//sr/t€ers/SA//'v-S3j oes/sA/^rss sz/ex-T" Ai^/ifs£/^ a£s/erA!tr^s y/£Uf S/SSAV r/?-S9j ¥ £l£V/9r/OA/ 3/X>H//y OA/ /KJ4/I/S 44'/f«ffroFm ' 1 1 36' AS' 5' 2-A ii ^« 5' oft" jBms/oes) WT z &- 4.S.A«M £i/P£/ur^^C/C/y 0/?/ve, /^/I^ 57>3./S^a337 7t? /ypr^L S7/?€tT 3EC7/OA/S /^rO €C/iL£ C "AS-BUILT" CHANGES R.tE. 10056 DATE a-ISAi6ff N6INKRING CONSULTANT WOOOaDE/ KUBOTA 8 ASSOC "AS BUILT" kRRY rtnPNnrR at BARRY C7BENDER RJCE, 28448 APPfKVED "45 BUILT ' CHANGS RCE 7956 '2' T0-AX-A/C/£31 ^^^^^^ m/i/SA/lSSION \4JNDENR.BURZELL DISTRICT EN'GR DATE UAlE VICINITY NO SCALE MAP JO£SC/f/PT/OA/, TOPQFSW.MISS/I/SC/A/ c£//7£fii/Ae lUEii/kmM£A/r loar/oA/: szn. AS6*/zas£.C} £i atMmo/i&ti /m}/f0/mM.- S4//a£Go amry£AC//Y££/? ~ £/JV£ Ab. 80/. aoarOOf. PM6£24 £l£y43m, 36.647 Mm/' f ')iU'.' • .-.t ... 4ux mff.Mcm/fr- r/^k .im^^^i/.a^'yof^i^/^iia^o o/y/~ ~i4'A.e.ff ENBINEER OF WRK -jn (\t if.rrrrwnr' • RICHARD M SLAYTt^R R CE. 12329 OeVlXWATEDUNE 6. P.O. STATION IN IS •AS a///iT - mrs/f 2/A/s REVStONS APP'O RICK ENGINEERING COMR^MY nfiNNERS,ClVlL ENGINEf RX;,LANO SVR\/EyOf:S XSCtit^x^FKOamCARLSeADfiA S200C TEL.TZB 4987 SHEET CITY OF CARLSBAD PLANS FOR THE 'MPROVEMENT OF CARLSBAD TRACT NO.74-4 QUAIL RIDGE RE^:j^ gry ENOINEER OWNBf- CHKD BY: PROJECT Nl 7733 OATE; & S'ii SCALES> HQRX' 43 VER> SAOnW J ams. NO. a-so STORM DRA m^n^m ' NO RADIUS LENGTH REMARKS N/s'^e'oa" E 4ZiT . 36'^7G°/30O •£> 10' /^o-D @ N3a'4e'04'W I0433' 30'/?CP«00P NTf- 17'X'W 5043' /&-f?CP I350-0 © i2 / I '^^^ y^kK^P//>\(> \ 0^3C/P/P7/0/^: 70^ PLAN SCALE I"'40' L i/JSO/\//3/ON I / I duao/ws/c ' ^0£//voa^y .J 70fi>0£S70, 3P/ISS 4J/3C/A/ % C£fiffir/?/./A/£ W£U MOA/C/M£A/r iSC^im^: 37/1. f£6//7.36 £.C.; £L C/IM/A/C /F£/}i. \ SS£S^L/jSSM' 3/IA/ /Jll£60 COUATTY £/^Q//^££/? % £./A/£ A/o. £0( aOO/< 00//::ta6£ ZA £L£l/4t7/ai/: 36.647 /U.3.I. Pi4A^ £V/?m£/M0/P0\/£A4£A/70£ VANCOUVER STREET '-Q? OU/J/i ff/0££ (CT.^o 74-4) APPROVED RE 20924 CITY ENGINEER OWN en CH«DBV FIEl.DBi' PROJECT Nl 77-33 SCALES HORZ VER- 3M7I4/A/ ORmiNG las-s D/fyVG NO. 0-60 JOB N° 60i 59 ) 062102 ome. NO. 6-30 ^3 JOB Na DRILL ROLE ANO PACK WITH HON- SHHINK 6A0ur tOSTON KRKCnON SOOHOSe W EQUAL SELF OftlLim CONCKTE AHCHOKS '/Z* SCHEDULE 20 STAIMLBSS STEEL PROVIDE '/Tx '/fx3/a' TEEFirriNS mm '/z' CAP ro ALLOW FOR CLEAN-OVT OF BUB9LER LINE. STRAP PIPE SUPPORT AT EL. 323.0 3/8' SCHEDULE 20 STAINLESS STEEL 2- *4 RAP- EACH WAY 'PUMPINB STATION BEAM ^CONCRETE FILL -BASE SLAB DETAIL /ID v28 EQUIPMENT DESCRIPTION PUMP STATION— SMITH ANO LOVELESS, CUSTOM SERIES PUMP STATION DI/U4ETER 6' PUMPS- fiUOW ISO 6PM HEAD 103 FEET (PUMPS 4B2A -4CZAI) HOUSE poump IS WLTAGE 440 EFFICIENCY MINIMUM 40* THE STATION SHALL BE FACTORY BUILT WITH TWO PmPS ANO ALL NEEDED CONTROL, ELECTRICAL AND SUPPORT EQUIPMENT HOUSED IN A WELDED STEEL CHAMBER. SUPPORT EOUIPMENT SHALL INCLUDE A SUMP PUMP, OEHUMIOIFIER, VENTILATION BLOWER, BUBBLER COMPRESSORS, MOTOR CONTROL CENTER. LIGHTS, VALVIN6 ANDPIP/HG. INSTALLATION AND START-UP SHALL BE IN ACCORDANCE WITH MANUFACTURERS INSTRUCTIONS, APPROXIMATE WEIOHT OF PUMP STATION IS 14,000 LBS. RUNNW6 Tim METERS SHALL BE PROVIDED FOR ALL MOTORS. SPRING-LOADED ROOF HAKHES WITH CORKOSION-PKOOF HIN06ES SHAU BE PROVIDED FOR EH7RY. AU ANCIUARY EQUIPMENT SHALL BE PROVIDED WITH AUTOMATIC CONTROLS. MAHUFACTOR SHAU PROVIDE STAHT-UP ANO TRAINING OPERATOR AS mu AS OPERATIONS ANO MAINTENANCE ' MANUAL -FOR DETAIL OF FILL AT END OF BEAM-SEE DETAILlr NOTES: AFTER THE PUMPINB STATION HAS BEEN PLACED AND AU EXTERIOR PIPINO IS INSTALLED. CONCRETE SHALL BE POURED ON THE BASE SLAB AND FORCED BENEATH THE STATION. THE CONCRETE SHOULD BE FORCED BETWEEN BEAM SUPPORTS AND COMPLETELY FILL THE VOID BETWEEN THE BASE SLAB AHD PUMPING STATION. THE CONCRETE SHOULD EXTEND TO TME END OF IHE SUPPOKT BEAMS AW COVER THE REBAR AS SHOWN IN DETAIL ^. nm SUCTION AND SUMP PIPINe SHAU BE SUPPORTED WITH BLOCKS PRIOR TO PLAONG THE COHOtETE FILL RICK ENGINEERING COMR^NY piAmmsenm.t»i$nmBis-tAHOsunt>mis SOm HOPKOOR., CARLSBAO.CAUP. SBOOB FHCNE 7l»-4»9r Mmm CONTRACT PHASER, WILSON & ASSOCIATES CONSULTING ENGINEERS 9»Ai aionum ta*t ifARoim suire tu CAALSBAO. CAUf. MOOS REVISIONS CITy OF CARLSBAD SHEETS 25 PLANS FOR THE IMPROVEMENT OF PUMPING STATION FOR QUAIL RIDGE CCT NO 74-4) \RE S09B4 arfOiOINEER ar.- w WROJECTRT 77-33 OMEx 6-$-»( SCALES' NTS HOK' AS JSHi !3E W8W» 9-3 OPm. NO. 6-60 F5&8 JOB HS. 60-63 VANCOUVER 1 O w.p. ) KI.«CTmCM^ OOTLIllg SPBCgtCATrOHS 1. All wocV aliall conform to Cod* and Utility Conpaniaa' caauiraannta. Hdthing indicated on thia plan ahall ba construed aa intent to the - contrary. All work aball ba guaraniiaed for a period of one (1) year. 2. Provide concrete pad for SDQ&S padnount transformer aa per SOOAE Specificationa. 3. Underground actvic* conduits ahall be FVC achedula 40; SDS6B primary service.conduit shall be encased in red-colored concreto envelope, •uLnlnum 3' outaide cover; Telephone aervice conduit nay be direct burial type.- 4. Conpaction of. baclcflll'in trenching shall provide a density not less than th« SKcroundinq adjacent native soil. Any scttlenent shall bo proeqstly repaired by Contractor during the warranty period. 5. Oeiiuudaey wiring ahall ba copper conductor', type TH or better, in galvanized clgid steel conduit. All equipoent and wiring shall be weatherproof. 6. Fnaea 'khall be cui^rent limiting type Buas type I.?H-R or equal. 7. fimtraeter ahall verify lodatlon of padnount transformer and service pointa in field. Tl2AKl^f^ieM»1i f2e<i?uieg-MBtJ|' eiKigiLE: LINE PIA^S^IRAM L_J —Tl —Wl'. '\oc>,oAJt- ff^y^oA "Qe-A^tEA UI<SIHT « y l«^AJI<?H MAKJUpA^TUMNC JOB N£ ICTREE njtNT/MS EASEME/^ H,E/W FUrORE fMPPOI/£A>f£A/T3 /"/ZfU /MP/X>l/EM£A/7S ST4 0*3ai 7a 3*OC) MIN.Z'A.C.0N4' ^ S'i4"PtpCA/Dy9r/OA/ <S/A— ' J/i/UD£ P£OI4/aOO 6 TYPE G CURB A/B4D£P fr//£/?£ £lfri//?£ /MPPOy£A4£A/7S /IRE TO ^£ /A/37?QLLaO S££ /VOTE AO. 7 fOOTw sioag-s:> TYPE *G"CURB TYPICAL STREET SECTION /H^EA/ZD^ 0£ /4Nm, /4y£A//0/l 0£ LOi/fSA ANP ^ C^LL£ SUSAN/^ NO SCALE GENBRfkL NOTES LOCATION ANO ELEVATION OF INPROVENENTS TO BE NET BV WORK TO BE DONE SHAII IF rnNFlMFn BY FIELD NEASURENENTS PfitOR TO NEU TORK CONTRACTOR WILL NAKE EXPLORATION EXCAV*TIBN^ AND LOCATE EXISTING UNOEReROUND FACILITIES SUFFICENTLY AHEAD OFMNST^^^^ REVISION OF PLANS IF REVISIONS ARE NECESSARY BECAUSE OF ACTUAL LOMTIOHF EXISTING " FACILITIES. BEFORE EXCAVATING FOR THIS CONTRACT VERIFY LOCATU OF UNDERUUND FAm THE EXISTENCE ANO LOCATION OF ANY UNOtRSROUNB UTILITY PIPES OR ^RUCTUHES SHOW ON THESE PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS TO THE BEST OF OUflKNoSlFDeE THERE ARE NO OTHER EXISTINS UTILITIES EXCEPT AS SHOWN ON THESE PLANS THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY NEASURES TO PROTECT THE UTUITY LINES SHOWN HEREON AND ANY OTHER EXISTING LINES NOT Of RECORD OR NOT SHOWN ON THESE PLANS. " THE CONTRACTOR SHA.LL NOTIFY THE SAN OIEGO GAS & ELECTRIC CO. AND PACIFfC TELEPHONE ANO TELEGRAPH CO. PRIOR TO STARTING WORK NEAR CONPANY- FACILITIES ALL GAS ELECTRICA M^^K5r^SD^sij"t^ifi?i^ ?3glM ci"'TEL^K^^l?S-§y^"^""" "'^'^'^'^ ''''''' PAcJ^C T^^^Sf EXISTING CITY'"RIGHTrOF'*WAY"'"' "^'^ ''""^"^ OEPAflTKNT FOR EXCAVATION WITHIN THE CONTRACTOR SHALL NOTIFY IHE CARLSBAO NUNICIPAL WATER DISTRICT 48 HOURS PRIOR TO . STARTING WORK SO THAT INSPECTION NAY BE PROVIDED. TELEPHONE: 729-2348 g? S[ffi'KuriH^^'^pSSt?f? ???R'i5lL"3^S^Hr^iKfsBTggJ!?7p;L° ?siMT§r^s8i.LrgEiLii:r8Ps?oSi,sfrTi!i!ibi?[°^ """^^'""^ AGGREGATE BASE HAY BE REQUIRED UNDER SIOEWALKS AND CURB AND GUTTER IF EXPANSIVE SOILS ARE PRESENT. STREET^STRUCTURAL SECTIONS AS SH|IN ARE NINIttUNS ANO SHALL BE VERIFIED BY R VALUE TESTS MEANDERING SIDEWALKS PER APPROVED SPECIFIC PLAN, TO BE SHOWN ON PLOT PLANS TO 8E SUBMITTED BY DEVELOPER, ALL ALLEY CVIAS) TO BE POSTED WITH NO PARKING SIGNS. •WATER NOTES: 36" MIN COVER ALL IKffiTER MfflNS ^" ao. AT ALL WW POINTS Xn.l" AIR YINTS AS^tL MI&H PBNTS _ ^Z-Hmi 3TEM EXTEJISI0N5 FDR I3EEP CUT VALVES ^ 5 ..retSSDRt RE«)lAT0R3 REftUIRED ONCUSTDMER 5IDEQF ' HETER WHERE PRt^5URt EICEEB30 P.S.I 6. THeite tvfLL »e oAre yAi.nrs. am ^/TT/N^S OA^ A/vy-ry^r .»ar oy4jt sMt¥aeA*4^/irs,.f?i»rA*e>4t4Jni£ ax arNSdt i/MO*Jto/BOt/Nff i/r/i/rr-7 TNjeas HNU »eNo <:4rf mt-tre. A//e v/FNr,aM j».o. <a«»Atf 4ifr /A/ exAif^Ame sirrr^xs a^\t^y rj.vsg. SPECIFICATIONS- WORK FOR ALL STRffT INPROVENENTS, QRAINAGE STRUCTURES, SEWER AND WATER F4CIL1TIES SHUL BE CONSTRUCTED ACCORDING TO THE STANDARD SPECIFICATIONS OF THE CUT OF CARLSBAD. THE DRAWINGS ANO DATA HEREON ARE HEREBY NADE A PART BF THE SPECIFICATIONS. ALL UNDERGROUND UTILITIES AND LATERALS SHALL BE INSTALLED BEFORE CONSTRUCTION OF CUR8S, CROSS GUTTERS. OR SURFACING OF STREETS BACKFILL NOTE: WHERE TRENCHES ARE WITHIN EASEMENTS. SOILS REPORTS SHALL BE SUBMITTED TO THE ENGINEER OF WORK BY A QUALIFIED SOILS ENGINEER WHICH CERTIFY THAT TRENCH BACKFILL WAS CON- PACTtD AS DIRECTED BY THE SOILS ENGINEER- IN ACCORDANCE WITH ON-SITE EARTHWORK SPEClFICATIpNS. WHERE EXPANSIVE CLAY OR SANDY SOILS fIRE FOUND, UNDERCUT 2' BELOW PROPOSED GRADES AND BACKFILL WITH SUITABLE MATERIALS UNIFORMLY COMPACTED TO AT LEAST 90* MAXINUM DR DENSITY SEWER: LATERALS AND MAINS TO BE 100* AIR TESTED AFTER CONSTRUCTION OF OTHER UTILITIES. AS SPECIFIED IN THE CITY OF CASLSSAO CONSTRUCTION STANDARDS AND SPECIFICATIONS. AL! SAINS SHALL BE CONSTRUCTED WITH A 7' /•I UATERALS SHALL SE CONSTSUCTED WITH N! itLB IINtMUM DEPTH TO FLOW LINE. UNLESS OTHERWISE SHOWN. •. DEPTH OF 5' AT PROPERTY LINE ANO LOCATED IN THE ALL tors SHALL BE SERVED BV A 4" V.CP. LATERAL SET AT A MINIMUM Gi^ADc OF 2.0?- WITH A NIHINUM DROP DF 0.3'FEET. AND AN INVERT DEPTH DF 5'FEET BELOW SURFACE AT PROPERTY LINE, UNLESS OTHER- WISE APPROVED BY THE CITY OF CARLSBAD THE CONTRACTOR SHALL SECURE A PERMIT FOR CONSTRCCTIO'i P-'!IOR TO ANT CONSTRUCTION FROM THE CITY. THE CONTRACTOR MUST SECURE APPROVAL FROM THE INSPECTOR PRIOR TO BACKFILLING OVER ANY SEWER VS. NO REVISIONS SHALL il MADE TO THESE PLANS WITHOUT THE APPROVAL OF THE CITY ENGINEE*. APPROVAL OF THIS PLAN BY THE CilY OOES NOT tCriSTITUTE A REPRESENTATION DN THE ACCURACY OF THE LOCATION OR THE EXISTTNCt OR NON-EXISTENCE OF ANY UNDERGROUND UTILITY PIPE OR STRUCTURE WITHIN THE LIMITS OF THIS PROJECT. ORNAMENTAL STREET LGHTING SHALL 9E «AR3ELITE STANDARDS PROVIDED 8Y DEVELOPER ANQ OWNED AND OPERATED BY THE CITY OF CARLSBAD. STREET LIGHTS ON MARROH ROAD AND ELM AVENUE SHALL BE Sfr'FOOT MOUNTING HEIGHT, aO.liuO LUMENS. ON AVENIOA DE ANITA SHALL BE 2B'FOOT MOUNTING HEIGHT. 7J)00. LUHEMS, OK .WEHIOA CE ICUISS AND CALLE SUSANA SHALL BE 2B'FOOT MOUNTING HEIGHT, 1,OOO LU*ENf. ALL TREES AND SLOPES SHALL SE PLANTED UNDER DIRECTION OF PARKS ANO RECREATION DIRECTOR 2ii^'-?f5Eo-'^"*t'r„!f'*t5?Si'l'PI!^S"JiTH CITY FOR INSTALLATION OF iHAFfIC CONTROL ANO STREET ' liS^^ETlK K'MvE^ir ^"^'"^ " "'^^ «^ CITY ENGINEE, ALL WATER MAINS SHALL BE CDNSTRUCTIO WITH 36" COVER FROM FINISHED OTHERWISE SPECIFIED. UNLESS JbL'iSP ^i!*!;'- ^ """E" "'TH A SEPARATE WATER SERVICE (COPPER TYPE K OR APPROVEO P V. AHD METER BOX. ALL CONNECTIONS TO EXISTING WATER MAINS TO BE MADE OR" EXISTING MAINS AS APPROVED BY THE CITY OF CARISBAD. TIKE ANO DURATION OF SHUT DOWN OF WHERE TRENCHES ARE WITHIN EASEMENTS ADJACENT TO FUTURE BUILDING SITES, SOILS REPORTS SHALL BE SUBMITTED TO THE ENGINEER OF WORK BY A QUALIFIED SOILS ENGINEER WHICH CERTIFIES THAT TRENCH ?Sc?fi'rL!?5J'""'*'^^^'' *^ DIRECTED BY THE SOILS ENGINEER IN ACCORDANCE WITH ON-SITE EARTHWORK ortblrI CATIDNS. "(ryp) =*^78£A/D DO/VA/ SECT/ON B'B DPOP/NLET BAS/N PEE: -?>TC> C?W&. D-<i>, U-^E BltOEPEOOF At-MAN^&EA FOOMDR,-!' MODei- A-I'S'S OK DOKllOO 24-1^. Dv^^epKOOF^ i&eA'TE.OE: EQUAL M'^CABE M\ ENGINEERING INC 607 ALDWYCH ROAD EL CAJON, CALIFORNIA 92020 TEL. 714-442 1681 X.E 18010 DATE £>£SC£/f^7/ON iPFO SHEET 20 CITY OF CARLSBAD ENGINEERING DEPARTMENT SHEETS 22 STORM DRAIN SYSTEM IN TRNGUWOOD CARLSBAD TRACT 72-21 UNIT I CITY ENGINEER OWN BTirvT.atei: CHKD BY: FIELD BK: PROJECT NO. DtiX^:S'Z2'7$ SCALE VERT:/-=6' HORZi J.r^QL. DRWWNG^a APPENDIX D DOOR HANGER SAMPLE, CONSTRUCTION NOTIFICATION APPENDIX "D" CITY OF CARLSBAD SEWER INFRASTRUCTUER WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its sewer system, construction will be occurring in Vancouver Street and Hidden Canyon Community Park. This construction will require the portions ofthe street and park. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and parking etc MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from 7:00A.M. to 5:00 P.M. Describe the work and work schedule and how it will impact the neighborhood/street/partk, traffic, parking access etc ABC is the Contractor that will be performing the work for the city and you may call them at the above phone number if you have any questions regarding the project. 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 cooperation as we work to make a better City of Carlsbad. '#'"'iii,„ Revised 8/10/10 Contract No. 5515 Page 158 of 158 APPENDIX E SAMPLE PROJECT SIGN PAINT FRONT ft BACK OF SIGN With ONE COAT WNfTE PRIMER ft TWO COATS GLOSS WHITE ENAMEL. BORDER ft LETTERING WITH GLOSb BUCK ENAMEL 4-0" 1 1/2' 6 1/2, T-Or MINIMUM 12-0" MMIMUM - 4 H/2" DIA X 5" LAG BOLT WfTH WASHER. 6 REQUIRED. DRIU. PILOT HOLES IN POSTS y 3/4" STRUCTURAL 1 DOUGLAS RR A-C PLYWOOD, TOUCH SANDED EXTERIoi GLUE UILDING CARLSBA VANCOUVER STREET HDD SEWER EXTENSO C0NTRS]ct5f?: NAME, PH# - COMPLETION: DATE JUI^lAf^Y 200N 1 IK^ITH BLIACKBURN COUNCIljMEMBER I FARRAH DOUGUS H-wH-COUNCH^EMBER MAH HALL MAYOR ' ^EAL DECAL PROVIDED Bl CITY -2-3 1/2" H'-6" m H'-8 1/2" MARK PjACKARb COUNCIItMEMBER LORRAINIE WOOD COUNCIITMEMBER H'-8 1/2" BREAKAWAY FEATURE PER CALTRANS STD.DWG S42-15 6"x6" DOUG nR NO.1 PRESSURE TREATED POST (TYPICAL) PROJECT SIGN 5-0 APPENDIX F SWPPP SUPPORTING INFORMATION Chapter 3 Construction SWPPP Standards and Requirements Table of Contents Chapter Title Page 3.1 Construction SWPPP Standards Introduction 1 3.1.1 Background Information 1 3.1.2 Standards Applicability to Construction Projects 2 3.2 Construction SWPPP Requirements and Approval Process 3 3.2.1 Construction SWPPP Tier Levels 3 3.2.2 Determination of Construction SWPPP Tier Level 3 3.2.3 Qualified Persons to Prepare a Construction SWPPP 5 3.2.4 Storm Water Certification Forms 5 3.2.5 Project Threat to Storm water Quality 6 3.2.6 Tier 3 Construction SWPPP Requirements 6 3.2.6.1 Required Elements for a Tier 3 Construction SWPPP 7 3.2.6.2 Required Format for a Tier 3 Construction SWPPP 7 3.2.6.3 General Construction Permit Compliance Procedures 8 3.2.7 Tier 2 Construction SWPPP Requirements 9 3.2.7.1 Required Elements for a Tier 2 Construction SWPPP 9 3.2.7.2 Required Format for a Tier 2 Construction SWPPP 9 .^^^ 3.2.8 Tier 1 Construction SWPPP Requirements 9 3.2.8.1 Required Standard Format for a Tier 1 Construction SWPPP 9 3.2.9 General Linear Utility Permit Compliance Procedures 10 3.2.9.1 Notice of Intent 11 3.2.9.2 General Linear Utility Permit - Tier 1 SWPPP 11 2.9.2.2.1 Linear Construction Activity Notification (LCAN) 11 2.9.2.2.2 Linear Construction Termination Notification (LCTN) 11 3.2.9.3 Notice of Termination (NOT) 11 3.2.9.4 City General Operating Permit (GOP) Requirements 11 3.3 Construction BMP Standards 13 3.3.1 Background Information 13 3.3.2 Minimum BMP Requirements 13 3.3.3 Erosion and Sediment Control BMPs 14 3.3.3.1 Erosion Control BMPs 14 3.3.3.2 Sediment Control BMPs 15 3.3.3.3 Wind Erosion Control BMPs 16 3.3.3.4 Tracking Control BMPs 16 3.3.4 Non-Storm Water Management BMPs 17 3.3.5 Waste Management and Materials Pollution Control BMPs 18 3.3.6 General Site Management Requirements 18 3.3.6.1 Dry Season Site Management Requirements 19 3.3.6.2 Rainy Season Site Management Requirements 20 3.3.7 Additional Controls for Construction Sites 20 3.3.8 Maximum Disturbed Area for Erosion Control 21 3.3.9 Advanced Treatment Methods 21 i Construction SWPPP Standards and Requirements Rev 6/4/2008 3.3.10 City Standard Storm Water Pollution Prevention Notes 22 3.4 Storm Water BMP Inspection and Maintenance 23 3.4.1 General Information 23 3.4.2 Inspection of Construction Sites 23 3.4.3 City Storm Water BMP Inspection Frequency 23 3.4.4 City Storm Water BMP Inspection Requirements 24 3.4.5 Qualified Person Required 25 Appendices Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Appendix H Appendix I Appendix J Appendix K Project Threat Assessment Worksheet for Determination of Construction SWPPP Tier Level Storm Water Compliance Forms Construction Threat Assessment Worksheet for Determination of Storm Water Compliance Inspection Rating Tier 3 Construction SWPPP Required Elements Checklist Tier 3 Construction SWPPP CASQA Format Checklist Tier 2 Construction SWPPP Template Tier 2 Construction SWPPP Checklist Tier 1 Construction SWPPP Template City Standard Storm Water Pollution Prevention Notes Excerpts from EPA Guidelines for Selecting Construction BMPs Reference Documents List of Tables Table 1: Table 2: Table 3: Table 4: Table 5: Table 6: Table 7: Table 8: City Construction Permits Exempt from Construction SWPPP Requirements 4 Erosion Control BMPs...; 14 Sediment Control BMPs : 15 Wind Erosion Control BMPs 16 Tracking Control BMPs 16 Non-Storm Water Management BMPs 17 Waste Management and Materials Pollution Control BMPs 18 Inspection Frequency 24 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.1 Construction SWPPP Standards Introduction 3.1.1 Baclcground information The Construction Storm Water Pollution Prevention Plan (SWPPP) standards and requirements described herein were established to ensure construction compliance with the City of Carlsbad Storm Water Ordinance and the Municipal Permit, as issued by the Regional Water Quality Control Board for the San Diego Region (see below for Municipal Permit reference details). This chapter must be used in conjunction with other chapters of this manual to ensure full compliance with both construction and post construction storm water requirements. This chapter addresses the need for temporary Best Management Practices (BMPs) during construction activities to minimize the mobilization of pollutants such as sediment and to minimize the exposure of storm water to pollutants. Pursuant to Titles 11,15 and 18 of the Carlsbad Municipal Code, all construction activities within the City, whether the City issues a construction permit or not, are subject to the provisions ofthe standards and requirements of this manual. The water quality protection measures and construction procedures described in this chapter of the manual are intended to ensure construction activity compliance with the following State and Regional water quality permits: Municipal Permit -more particularly described as San Diego California Regional Water Quality Control Board San Diego Region Order No. R9-2007-01, NPDES No. CAS0108758 Waste Discharge Requirements for Discharges of Urban Runoff from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds of the County of San Diego County, the San Diego Unified Port District, and the San Diego County Regional Airport Authority and any amendment, revision or re- issuance thereof; and, General Construction Permit - more particularly described as NPDES General Permit for Storm Water Discharges Associated with Construction Activity, Water Quality Order No. 99-08-DWQ, NPDES No. CAS000002, issued by the State Water Resources Control Board (Construction General Permit), and any amendment, revision or re-issuance thereof; and, General Linear Utility Permit - more particularly described as NPDES General Permit for Storm Water Discharges Associated with Construction Activity from Small Linear Underground/Overhead Projects, Water Quality Order 2003-0007 - DWQ issued by the State Water Resources Control Board, and any amendment, revision or re-issuance thereof 1 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.1.2 Standards Applicability to Construction Projects All construction activities in the City of Carlsbad are subject to the requirements of the Municipal Permit. Construction activities that meet one or more of the following criteria are additionally subject to the requirements ofthe General Construction Permit. Construction activities that: 1) Disturb one or more acres of land area; 2) Form part of a larger common plan of development that encompasses one or more acres of soil disturbance; or 3) Have the potential for significant water quality impairment. The General Construction Permit does not apply to routine maintenance to maintain original line and grade, hydraulic capacity, or original purpose of an existing facility, nor does it include emergency construction activities required to protect public health and safety. Developers/owners/contractors should confirm with the San Diego Regional Water Quality Control Board (SDRWQCB) staff whether or not a particular routine maintenance activity is subject to the General Construction Permit. Construction of small linear utility facility projects that are not subject to the General Construction Permit are subject to the requirements of the General Linear Utility Permit. This includes but is not limited to construction of any conveyance pipe for transportation of gaseous, liquid, liquescent or slurry material; any cable line or wire for the transmission of electrical energy; any cable line or wire for communications; and, associated ancillary facilities. Developers/owners/contractors should confirm with the SDRWQCB staff whether or not a particular underground or overhead utility construction project is subject to the General Linear Utility Permit. 2 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.2 Construction SWPPP Requirements and Approval Process 3.2.1 Construction SWPPP Tier Levels Every construction activity within the City that has the potential to negatively affect water quality must prepare a construction storm water pollution prevention plan (Construction SWPPP) whether or not the City issues a construction permit for the activity. To ensure compliance with all the various State and Regional permitting regulations, the City established a three-tiered system for the preparation of Construction SWPPPs. The tiers range from Tier 3 representing the highest threat to water quality to Tier 1 representing the lowest threat to water quality. The threshold triggers for each of the three tier levels are generally described below together with a reference to the applicable Construction SWPPP standards. Tier 3 - Construction activities that impact one or more acres (individually or cumulatively through phased construction) or that, regardless of size, pose a significant potential for storm water quality impairment must prepare a Tier 3 Construction SWPPP in conformance with the standards and requirements ofthe Construction General Permit and City Standards. Tier 2 - Construction activities that impact less than one acre and that pose a moderate threat to storm water quality must prepare a Tier 2 Construction SWPPP in conformance with City Standards. In the case of small linear ^'N underground/overhead utility projects, the project must also demonstrate compliance with the General Linear Utility Permit. Tier 1 - Construction activities that impact less than one acre and pose a low threat to storm water quality must prepare a Tier 1 Construction SWPPP in conformance with City Standards. In the case of small linear underground/overhead utility projects, the project must also demonstrate compliance with the General Linear Utility Permit. Exempt - Construction activities that pose no threat to storm water quality are exempt from the preparation of a Construction SWPPP; however, the construction activities must still comply with all construction BMPs required pursuant to Title 15 of the CMC and these standards. 3.2.2 Determination of Construction SWPPP Tier Level The worksheet entitled "Project Threat Assessment Worksheet for Determination of Construction SWPPP Tier Level", attached as Appendix A, shall be used to determine the appropriate tier level of Construction SWPPP for a proposed construction project. The worksheet is also used to determine whether the project is exempt from Construction SWPPP requirements. The completed worksheet shall be submitted with applications for each construction permit submitted to the City including building permits, grading permits and right-of-way permits. 3 Construction SWPPP Standards and Requirements Rev 6/4/2008 To make a determination, the project reviewer starts with the assessment criteria located at the top of the worksheet along the left hand column and works downward through the various threat categories and assessment criteria. At the first point where the proposed project makes a match with the assessment criteria, a check is made in the box next to the criteria. The tier level listed in the right hand column in the same row as the selected assessment criteria is the required Construction SWPPP Tier Level for the project. If none of the boxes in the Significant, Moderate or Low Threat Project Assessment Criteria categories are checked, then the project is exempt from the Construction SWPPP requirements. Proposed construction projects may be considered categorically exempt from the Construction SWPPP requirements when, and if, the project only requires issuance of one or more of the construction permit types shown on Tablel below. Exempt projects must still comply with all storm water best management practices pursuant to Title 15 of the Carlsbad Municipal Code and City Standards. If in the opinion of the City Engineer, an othen^/ise exempt project is, or potentially could pose, a threat to storm water quality, the City Engineer may require preparation and implementation of a Construction SWPPP at a tier level commensurate with the storm water threat Table 1 City Construction Permit Types Exempt from Construction SWPPP Requirements Electrical Permit Patio Deck Fire Additional Permit Plumbing Permit Fire Alarm Permit Sign Permit Fixed Systems Permit Spa - Factory Made Mechanical Permit Sprinkler Permit Mobile Home Permit Water Discharge Permit Re-Roofing Permit Cautionaiy Note - The Project Threat Assessment Worksheet represents the project proponent's assessment of the threat posed by a proposed construction project. City staff has responsibility for making the final assessment regarding the need for and tier level of Construction SWPPP required The City staff decision is made after submission of the plan review application. A staff determination that the construction plan review application is subject to the preparation of a Construction SWPPP, or is subject to more stringent Construction SWPPP requirement than initially assessed by the applicant (project proponent), will result in the return ofthe plan review application as incomplete. If applicants are unsure about the meaning of any of the assessment criteria described in the worksheet or need help in determining how to respond to one or more of the assessment criteria, they are strongly encouraged to seek assistance from Engineering Department Development Services staff prior to preparation of the Construction SWPPP and submission for construction plan review. Construction SWPPP Standards and Requirements Rev 6/4/2008 3.2.3 Qualified Persons to Prepare a Construction SWPPP " "iiiiiiii*'' The project proponent is responsible for preparing the appropriate tier level Construction SWPPP. Tier 2 and Tier 3 Construction SWPPPs shall be prepared in accordance with the requirements of this manual. All Tier 2 and Tier 3 Construction SWPPPs shall be written, amended and certified by a Qualified SWPPP Preparer. A Qualified SWPPP Preparer shall have one of the following registrations or certifications: 1. A California registered civil engineer, 2. A California registered geologist, 3. A California registered landscape architect, 4. A professional hydrologist registered through the American Institute of Hydrology, 5. A certified professional soil scientist registered through the Soil Science Society of America, 6. A certified professional in erosion and sediment control registered through Certified Professional in Erosion and Sediment Control, Inc., 7. A certified professional in storm water quality registered through Certified Professional in Erosion and Sediment Control, Inc., or 8. A certified professional in erosion and sediment control registered through the National Institute for Certification in Engineering Technologies. Any hydrology or hydraulic calculations, soils reports or geotechnical reports prepared in support of a Tier 2 or Tier 3 Construction SWPPP must be prepared by a professional engineer with appropriate registration qualifications issued by the State of California. The City Engineer may approve alternative means for establishing the certification of a Qualified SWPPP Preparer for Tier 2 or Tier 3 Construction SWPPPs upon submittal of a letter by the project proponent requesting approval of an alternative certification and presenting due cause why such alternative certification should be considered. Projects requiring a Tier 1 Construction SWPPP shall use the City's Tier 1 Construction SWPPP Standard Template attached as Appendix H. No special qualification is required to prepare a Tier 1 Construction SWPPP. 3.2.4 Storm Water Certification Forms For non-exempt projects, the project proponent must submit a certified Construction SWPPP (of the appropriate tier level) concurrent with any application for construction plan review including submittals for building plans, public and private improvement plans, grading plans, blasting plans, demolition plans, landscape plans and plans for right-of-way construction activities. 5 Construction SWPPP Standards and Requirements Rev 6/4/2008 In addition to any other required construction plan review application submittal requirements, the project proponent must submit a completed and signed Storm Water Compliance Certification statement on the form prescribed in this Manual. A separate certification form is used corresponding to each of the three Construction SWPPP tier levels and for exempt projects. Copies of the required Storm Water Compliance Forms for Tier 2 and 3 Construction SWPPPs and for exempt projects are attached as Appendix B. The Storm Water Compliance statement for a Tier 1 Construction SWPPP is incorporated into the City's standard form Tier 1 Construction SWPPP attached as Appendix H. After submittal of the application. City staff will review the Storm Water Compliance statement and either note concurrence with the proponents threat assessment at the bottom right hand corner of the Storm Water Compliance Form or reject the application as incomplete and return the application submittal package with a written explanation why the project threat assessment should be changed. See Cautionary Note in Chapter 3.2.1 above. 3.2.5 Project Threat to Storm Water Quality Before a project construction permit can be issued for any project not found exempt from the Construction SWPPP requirements, a project's perceived threat to storm water quality must be determined. The Municipal Permit mandates that the City provide inspection commensurate with a project's perceived threat to storm water quality. The assessment criteria used to determine a project's perceived threat to storm water quality is not the same as the assessment criteria used to determine the tier level of Construction SWPPP for a project. The worksheet entitled "Construction Threat Assessment Worksheet for Determination of Project's Perceived Threat to Storm Water Quality", attached as Appendix C, is used to determine the appropriate perceived threat to storm water compliance for a particular project. The projects perceived threat to storm water quality relates to the frequency of storm water compliance inspections required under the Municipal Permit and is one of the factors used to determine the City Construction SWPPP inspection fee. For more detailed information on storm water compliance inspections please refer to Chapter 3.4 of this manual. 3.2.6 Tier 3 Construction SWPPP Requirements For projects that result in the disturbance of one acre or more of soil (individually or cumulatively through phased construction) and/or are determined to have a significant potential for water quality impairment, a Tier 3 Construction SWPPP shall be prepared in accordance with the requirements of the General Construction Permit and these standards. 6 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.2.6.1 Required Elements for Tier 3 Construction SWPPP A Tier 3 Construction SWPPP must contain all of the elements required by the General Construction Permit, the Municipal Permit and these standards. The TIER 3 CONSTRUCTION SWPPP REQUIRED ELEMENTS CHECKLIST, attached as Appendix B, provides a complete listing of the required elements for a Tier 3 Construction SWPPP together with the regulatory source for each listed element. The checklist utilizes the same formatting as the checklist prepared by the State Water Resources Control Board entitled STORM WATER POLLUTION PREVENTION PLAN AND MONITORING PROGRAM CHECKLIST, modified to include elements required by the Municipal Permit and these standards. The checklist is provided as an aid to those unfamiliar in the preparation of a Tier 3 Construction SWPPP. It is a comprehensive list of issues a SWPPP preparer must consider during the development ofthe document. Many sites, especially small construction sites, will not need to address some of the listed elements because they are not relevant to the site, the construction activities planned, or the construction materials used. The list allows the preparer to consider the applicability of the element to the specific circumstances of the site, and then determine to what extent the element should be addressed in the SWPPP. The elements in the checklist are derived from Sections A, B, and C of the General Construction Permit, Section D.2. ofthe Municipal Permit, and these standards. The specific regulatory permit or City Standard chapter is listed in the second column. The third column indicates the page number(s) in the SWPPP document where the line item element is addressed. If the required element is not applicable to the specific project, then N/A should be noted in the fourth column. The fifth column is a space to note the scheduled date where any specified BMP elements will be implemented. The use of this checklist does not guarantee compliance with the General Construction Storm Water Permit or these standards. Additionally, using the checklist to generate a Tier 3 Construction SWPPP is not a substitute for knowledge of the permit requirement. The checklist serves as a guidance document only. A site specific Tier 3 Construction SWPPP must be combined with proper and timely installation of the BMPs, thorough and frequent inspections, maintenance, and documentation. 3.2.6.2 Required Format for a Tier 3 Construction SWPPP A Tier 3 Construction SWPPP shall be formatted in accordance with the SWPPP template included in the latest version of the "California Stormwater BMP Handbook Construction" prepared by the California Storm Water Quality Association (CASQA). As an alternative, the developer may use the Construction SWPPP format presented in the latest edition of the "Stormwater Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation ManuaT prepared by Caltrans. The developer/owner/applicant must request approval for the use of the Caltrans format prior to submittal. 7 Construction SWPPP Standards and Requirements Rev 6/4/2008 As an aide to the preparation of a Tier 3 Construction SWPPP document, the preparer may utilize the Tier 3 CONSTRUCTION SWPPP CASQA FORMAT CHECKLIST (CASQA SWPPP Checklist) included in Appendix C. The Tier 3 CASQA SWPPP Checklist is used by the City during its review of the Tier 3 Construction SWPPP documents. The use of the checklist does not guarantee compliance with the General Construction Storm Water Permit or these standards. Additionally, using the checklist to generate a Tier 3 Construction SWPPP is not a substitute for knowledge of the permit requirement. The checklist serves as a guidance document only. A site specific Tier 3 Construction SWPPP must be combined with proper and timely installation of the BMPs, thorough and frequent inspections, maintenance, and documentation. 3.2.6.3 General Construction Permit Compliance Procedures The General Construction Permit requires certain standard notifications to be made to the San Diego Regional Water Quality Control Board (SDRWQCB) prior to initiation of construction and after completion of construction as follows: Notice of Intent (NOI) - It is the responsibility of the owner/developer/applicant to obtain coverage under the General Construction Permit through the filing of a Notice of Intent (NOI) with the SDRWQCB prior to commencement of construction activities. After City approval of the Tier 3 Construction SWPPP and prior to signature of the grading plans and/or issuance of grading permit for the project, the owner/developer/applicant shall submit the City approved Tier 3 Construction Permit, a filing fee and other required documentation to the SDRWQCB. Upon filing of the NOI, the project will be assigned a Waste Discharger's Identification (WDID) number by the SDRWQCB. The WDID number must be added into the Tier 3 Construction SWPPP and affixed onto the respective construction plans. Notice of Termination (NOT) - Upon completion of the construction activity or transfer of ownership, the landowner shall file a NOT with the SDRWQCB certifying that all State and local requirements have been met in accordance with Special Provisions for Construction Activity, C.7, of the General Construction Permit. Landowners who fail to obtain coverage of the General Construction Permit for storm water discharges to surface waters will be in violation of the CWA and the California Water Code. To obtain a copy of the General Construction Permit, general information about the permit, fact sheets and copies of the various forms described below, visit the following website: httP ://www. swrcb. ca. qov/stormwtr/constructi on. htm I Once at the site click on the highlighted link titled "Construction General Permit, 99-08- DWQ". 8 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.2.7 Tier 2 Construction SWPPP Requirements Construction activities that impact less than one acre and pose a moderate threat to water quality (as determined by the moderate threat assessment criteria contained in the Project Threat Assessment Worksheet attached as Appendix A) must prepare a Tier 2 Construction SWPPP in conformance with City Standards. Small linear underground or overhead utility projects must also comply with the requirements of the General Linear Utility Permit. 3.2.7.1 Required Elements for Tier 2 Construction SWPPP A Tier 2 Construction SWPPP shall contain all of the elements as described on the "TIER 2 CONSTRUCTION SWPPP CHECKLIST" attached as Appendix G. The use of the checklist does not guarantee compliance with these standards. The checklist serves as a guidance document only. A site specific Tier 2 Construction SWPPP must be combined with proper and timely installation of the BMPs, thorough and frequent inspections, maintenance, and documentation. 3.2.7.2 Required Format for Tier 2 Construction SWPPP A Tier 2 Construction SWPPP shall be formatted in accordance with the template attached as Appendix F. For small linear utility construction project subject to the General Linear Utility Permit, the project proponent shall follow the requirements of the General Linear Utility Permit for preparation of a Tier 2 Construction SWPPP. The Tier 2 SWPPP specified in the General Linear Utility Permit shall be submitted to the City in lieu of the City standard form Tier 2 Construction SWPPP. 3.2.8 Tier 1 Construction SWPPP Requirements Construction activities that impact less than one acre and pose a low threat to water quality (as determined by the low threat assessment criteria contained in the Project Threat Assessment Worksheet attached as Appendix A) must prepare a standard format Tier 1 Construction SWPPP in conformance with City Standards. Small linear underground or overhead utility projects must also comply with the requirements of the General Linear Utility Permit. 3.2.8.1 Required Standard Format for Tier 1 Construction SWPPP A Tier 1 Construction SWPPP shall utilize the standard form Tier 1 Construction SWPPP template attached as Appendix H. The standard form template includes the two sheets containing standard storm water prevention construction notes, a project information block, a Storm Water Compliance Statement, City approval block and a Best Management Practice (BMP) Checklist Table. A Tier 1 level project that receives a "low perceived threat to storm water quality" rating as determined by the Construction Threat Assessment Worksheet, attached as Appendix C, need only complete and sign the first two sheets of the template. A Tier 1 level project that receives a "medium perceived threat to storm water quality" rating as determined by the Construction Threat Assessment Worksheet must additionally, attach 9 Construction SWPPP Standards and Requirements Rev 6/4/2008 a site plan map sheet(s) showing the proposed construction site and depicting the areas of proposed construction and proposed location of structural BMPs. For a more detail description regarding the site plan requirements, see the site plan instruction sheet included with the template in Appendix H. For all Tier 1 Construction SWPPPs, the property owner or owner's agent must complete the information in the Project Information block, check the appropriate boxes in the BMP Checklist Table and fill out and sign the Storm Water Compliance Statement. The form is intended to be completed as an "over the counter" type document for processing of construction permits for projects with a "low perceived threat to storm water quality". Projects with a "medium perceived threat to storm water quality", may require additional staff time to review the site plan included with the Tier 1 Construction SWPPP. The BMP Checklist Table on page two of the standard form template is intended to be completed by the project proponent. The project proponent begins by checking the box to the left of each construction activity that will be performed during construction of the proposed project. Then, for each checked activity, the project proponent will pick one or more of the BMPs described along the top of the table that will be used to prevent storm water pollution resulting from that specific activity. The project proponent will then make a check in the box along the particular construction activity row that corresponds with the column for each BMP selected to help mitigate the potential storm water pollution effects of the activity. This process is repeated until all appropriate BMP boxes have been checked corresponding to each of the checked construction activities. Blank columns are included on the form to allow the applicant to add additional proposed BMPs not included on the standard table. The owner/developer/contractor performing the construction work is responsible for ensuring that each of the selected BMPs is appropriately incorporated into the project during construction. The use of the BMP Checklist Table does not guarantee compliance with these standards. The BMP Checklist Table serves as a guidance document only. Additional BMPs may be required if the selected BMP(s) are shown to be ineffective or not relevant to a particular construction activity. For small linear utility construction project subject to the General Linear Utility Permit, the project proponent shall follow the requirements of the General Linear Utility Permit for preparation of a Tier 1 Construction SWPPP. The Tier 1 SWPPP specified in the General Linear Utility Permit shall be submitted to the City in lieu of the City standard form Tier 1 Construction SWPPP. 3.2.9 General Linear Utility Permit Compliance Procedures The General Linear Utility Permit requires certain standard notifications to be made to the San Diego Regional Water Quality Control Board (SDRWQCB) prior to initiation of construction and after completion of construction as described below. To obtain a copy of the General Linear Utility Permit, general information about the permit, fact sheets and copies of the various forms described below, visit the following website: httD://www.swrcb. ca .gov/stormwtr/construction. html Once at the site click on the highlighted link titled "Small LUP General Permit". 10 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.2.9.1 Notice of Intent (NOI) -J ''''HI illrllll'''' It is the responsibility of the owner/developer/applicant to obtain coverage under the General Linear Permit through the filing of a Notice of Intent (NOI) with the SDRWQCB prior to commencement of construction activities. After City approval of the Tier 2 or Tier 1 Construction SWPPP and prior to issuance of grading and/or right-of-way permit for the project, the project proponent shall submit the City approved Construction Permit, a filing fee and other required documentation to the SDRWQCB. Upon filing of the NOI, the project will be assigned a Waste Discharger's Identification (WDID) number by the SDRWQCB. The WDID number must be added into the Construction SWPPP and affixed onto the respective construction plans 3.2.9.2 General Linear Utility Permit - Tier 1 SWPPP A single Tier 1 SWPPP prepared in accordance with the General Linear Utility Permit may authorize construction of any number of small utility projects. The Notice of Intent (NOI) and corresponding WDID number remains in effect until the discharger requests termination and such termination request is approved by the SDRWQCB. 3.2.9.2.1 Linear Construction Activity Notification (LCAN) Prior to initiation of construction for each small utility project covered by the Tier 1 SWPPP, the discharger must submit a LCAN to the SDRWQCB prior to start of construction on the form provided for such purpose by the SDRWQCB. Alternatively, the discharger may submit a LCAN at least quarterly listing multiple small utility projects that will be constructed during the next quarter. 3.2.9.2.2 Linear Construction Termination Notification (LCTN) At the conclusion of construction of small utility project covered by a Tier 1 SWPPP, the discharger must file a LCTN with the SDRWQCB certifying that the site was in full compliance with the requirements of the General Linear Utility Permit. The discharger may submit a single LCTN for multiple projects completed over a specified period of time. The LCTN submittal must include ail required documentation requested by the SDRWQCB. 3.2.9.3 Notice of Termination (NOT) Upon completion of the construction activity the discharger shall file a NOT with the SDRWQCB certifying that all construction activities were completed in full compliance with the requirements of the General Linear Utility Permit. For Tier 1 SWPPPs, filing of the NOT, and approval of the NOT by the SDRWQCB, will terminate permit coverage and work on additional small utility projects will no longer be permitted without obtaining an new Tier 1 or Tier 2 SWPPP. A NOT for a Tier 2 SWPPP indicates that the specified small utility project is complete and all work was done in compliance with the General Linear Utility Permit. When filing the NOT dischargers must use the NOT forms provided by the SDRWQCB. 3.2.9.4 City General Operating Permit (GOP) The City's GOP procedures are intended to provide a mechanism for utility operators to conduct routine maintenance operations under a single permit. To avoid the need for 11 Construction SWPPP Standards and Requirements Rev 6/4/2008 preparing and processing separate Construction SWPPPs for each routine maintenance operation, the City will allow preparation of a single Tier 1 Construction SWPPP to cover multiple small utility projects. The process will follow the same procedures as for a Tier 1 SWPPP prepared and processed in accordance with City Standards and the requirements of the General Linear Utility Permit. The notification procedures described above shall apply with the following addition: 1. A copy of each LCAN shall be faxed to the City Construction Management and Inspection Division a minimum of 24 hours prior to start of construction. A copy of the fax notification shall be kept at the construction site. The copy shall be presented and shown upon demand to any City Official for verification of authority to work. A lack of 24-hour notification to the City for intended work may subject the operator to a stop-work notice. 2. A copy of the LCTN shall be submitted to the City Construction Management and Inspection Division concurrent with its submittal to the RWQCB. 3. A copy of the NOT shall be submitted to the City Construction Management and Inspection Division concurrent with its submittal to the RWQCB. Any Small Utility Project that meets the requirements of a Tier 2 SWPPP pursuant to the General Linear Utility Permit requirements shall process a Tier 2 SWPPP consistent with Tier 2 Construction SWPPP procedures described above. 12 Constmction SWPPP Standards and Requirements Rev 6/4/2008 3.3 Construction BMP Standards 3.3.1 Background Information Construction Best Management Practices (BMPs) are the schedules of activities, prohibitions of practices, maintenance procedures and other management practices employed during construction activities to prevent or reduce pollution of the ocean, lagoons, lakes, streams and other sensitive water bodies and water courses. Construction BMPs also include the physical devices and structural construction control measures designed to prevent soil erosion from occurring or to contain sediment before it leaves the construction site. The BMPs required pursuant this manual are also intended to protect the health, safety and welfare of the public and to prevent damage to adjoining public and private property resulting from construction activities. The City of Carlsbad has adopted the California Stormwater Quality Association "Construction Stormwater Best Management Practice Handbook" (CASCIA Construction Handbook) latest edition as its preferred source for construction BMPs. All BMP reference numbers used in this manual correspond to the BMP Fact Sheets included within the CASQA Construction Handbook unless specifically noted othen/vise. With the approval of the City Engineer, or his/her designee, the City may accept comparable BMPs from reputable alternative sources such as Caltrans. This manual is not intended as a comprehensive engineering or design manual on BMPs. The engineer or other qualified person, who prepares the Construction SWPPP, must utilize their individual knowledge and experience of BMPs together with the tools and reference materials described in this manual, or found elsewhere, to prepare an appropriate and adequate Construction SWPPP document. The BMP categories below coincide with the BMP categories described in the CASCIA Construction Handbook and provide a kind of checklist ofthe BMPs that are to be included in a Construction SWPPP. The combination or suite of BMPs that are included in a Construction SWPPP must reflect the specific conditions at the proposed construction site. An effective SWPPP includes a suite of BMPs that are designed to work together. 3.3.2 Minimum BMP Requirements In accordance with the Municipal Permit, minimum BMPs must be installed for all projects to be implemented year-round. Because all sites, regardless of the priority, must be protected to prevent discharges to the maximum extent practicable, the minimum BMP requirements are the same for all projects requiring a Construction SWPPP. Each site must be protected by an effective combination of erosion and sediment controls, non-storm water management, materials and waste management controls, and general site management controls. The chapters following this chapter describe the minimum BMPs for each of the above listed BMP types that must be 13 Construction SWPPP Standards and Requirements Rev 6/4/2008 incorporated into each Construction SWPPP prepared in accordance with these standards. If particular BMPs are infeasible at any specific site, the owner/developer/contractor must install other equivalent BMPs. At any time of the year, an inactive site must be fully protected from erosion and discharges of sediment. A site will be considered inactive if construction activities have ceased for a period of ten or more consecutive days. It is also the owner/developer/contractors responsibility at both active and inactive sites to implement a plan to address all potential storm water and non-storm water discharges. 3.3.3 Erosion and Sediment Control BMPs Erosion and sediment control BMPs are the structural and non-structural practices used during the construction process to keep sediment in place (erosion control) and to capture any sediment that is moved by stormwater before it leaves the site (sediment control). Erosion controls, keeping soil where it is, are the heart of any effective Construction SWPPP. The Construction SWPPP should rely on erosion controls as the primary means of preventing stormwater pollution. Sediment controls provide a necessary second line of defense to properly designed and installed erosion controls. 3.3.3.1 Erosion Control BMPs Erosion control is any source control practice ^ that protects the soil surface and prevents soil w particles from being detached by rainfall, flowing water or wind. Erosion control is referred to as soil stabilization. Erosion control consists of preparing the soil surface and implementing one or more of the BMPs shown in Table 2. All inactive soil-disturbed areas on the project site, and most active areas prior to the onset of rain, must be protected from erosion. Soil disturbed areas may include relatively flat areas as well as slopes. Typically, steep slopes and large exposed areas require the most robust erosion controls; flatter slopes and smaller areas still require protection, but less costly materials may be appropriate for these areas, allowing savings to be directed to the more robust BMPs for steep slopes and large exposed areas. To be effective, erosion control BMPs must be implemented at slopes and disturbed areas to protect them from concentrated flows. Some erosion control BMPs can be used effectively to temporarily prevent erosion by concentrated flows. These BMPs, used alone or in combination, prevent erosion by intercepting, diverting, conveying, and discharging concentrated flows in a manner that prevents soil detachment and transport. Temporary concentrated flow conveyance Table 2 Erosion Control BMPs CASQA BMP# BMP Name EC-1 Scheduling EC-2 Preservation of Existing Vegetation EC-3 Hydraulic Mulch EC-4 Hydroseeding EC-5 Soil Binders EC-6 Straw Mulch EC-7 Geotextiles & Mats EC-8 Wood Mulching EC-9 Earth Dikes and Drainage Swales EC-10 Velocity Dissipation EC-11 Slope Drains EC-12 Streambank Stabilization EC-13 Polyacrylamide 14 Construction SWPPP Standards and Requirements Rev 6/4/2008 controls may be required to direct run-on around or through the project in a non-erodible fashion. Temporary concentrated flow conveyance controls include EC-9 (Earth Dikes and Drainage Swales), EC-10 (Velocity Dissipation Devices) and EC-11 (Slope Drains). 3.3.3.2 Sediment Control BMPs Sediment control is any practice that traps soil particles after they have been detached and moved by rain, flowing water, or wind. Sediment control measures are usually passive systems that rely on filtering or settling the particles out of the water or wind that is transporting them. Sediment control practices include the BMPs listed in Table 3. Table 3 Sediment Control BMPs CASQA BMP# BMP Name SE-1 Silt Fence SE-2 Sediment Basin SE-3 Sediment Trap SE-4 Check Dam SE-5 Fiber Rolls SE-6 Gravel Bag Berm SE-7 Street Sweeping and Vacuuming SE-8 Sandbag Barrier SE-9 Straw Bale Barrier SE-10 Storm Drain Inlet Protection SE-11 Chemical Treatment Sediment control BMPs include those practices that intercept and slow or detain the flow of stormwater to allow sediment to settle and be trapped. Sediment control practices can consist of installing linear sediment barriers (such as silt fence, sandbag barrier, and straw bale barrier); providing fiber rolls, gravel bag berms, or check dams to break up slope length or flow; or constructing a sediment trap or sediment basin. Linear sediment barriers are typically placed below the toe of exposed and erodible slopes, down-slope of exposed soil areas, around soil stockpiles, and at other appropriate locations along the site perimeter. A few BMPs may control both sediment and erosion, for example, fiber rolls and sand bag barriers. The CASQA Construction Handbook classifies these BMPs as either erosion control (EC) or sediment control (SC) based on the BMPs most common and effective use. Sediment control BMPs are most effective when used in conjunction with erosion control BMPs. The combination of erosion control and sediment control is usually the most effective means to prevent sediment from leaving the project site and potentially entering storm drains or receiving waters. The City of Carisbad requires that the discharger implement an effective combination of erosion and sediment controls. 15 Construction SWPPP Standards and Requirements Rev 6/4/2008 Under limited circumstances, sediment control, alone may be appropriate. For example, applying erosion control BMPs to an area where excavation, filling, compaction, or grading is currently under way may not be feasible when storms come unexpectedly. Use of sediment controls by establishing perimeter control on these areas may be appropriate and allowable provided the following conditions are met: > Weather monitoring is under way. > Inactive soil-disturbed areas have been protected with an effective combination of erosion and sediment controls. > An adequate supply of sediment control materials is stored on-site and there are sufficient forces of labor and equipment available to implement sediment controls on the active area prior to the onset of rain. > The SWPPP adequately describes the methods to protect active areas. 3.3.3.3 Wind Erosion Control BMPs Wind erosion control consists of applying water or other dust palliatives to prevent or alleviate dust nuisance. Wind erosion control best management practices BMPs are shown in Table 4. Table 4 Wind Erosion Control BMPs CASQA BMP# BMP Name WE-1 Wind Erosion Control Other BMPs that are sometimes applied to disturbed soil areas in order to control wind erosion are BMPs EC-2 through EC-7, shown in Chapter 3.3.2.1 above. Be advised that many ofthe dust palliatives may contain compounds that have an unknown effect on stormwater. A sampling and analysis protocol to test for stormwater contamination from exposure to such compounds is required in the SWPPP. 3.3.3.4 Tracking Control BMPs Tracking control consists of preventing or reducing the tracking of sediment off-site by vehicles leaving the construction area. Tracking control best management practices (BMPs) are shown in Table 5. Attention to control of tracking sediment off site is highly recommended, as dirty streets and roads near a construction site create a nuisance to the public and generate constituent complaints to elected officials and regulators. These complaints often result in immediate inspections and regulatory actions. Trac Table 5 king Control BMPs CASQA BMP# BMP Name TR-1 Stabilized Construction Ingress/Egress TR-2 Stabilized Construction Roadway TR-3 Ingress/Egress Tire Wash 16 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.3.4 Non-Storm Water Management BMPs Carisbad Standards prohibit the discharge of materials other than stormwater and authorized non-stormwater discharges. It is recognized that certain non-stormwater discharges may be necessary for the completion of construction projects. Such discharges include but are not limited to irrigafion of vegetafive erosion control measures, pipe flushing and testing, and street cleaning. Non-stormwater management BMPs are source control BMPs that prevent pollution by limifing or reducing potenfial pollutants at their source or eliminafing off-site discharge. These practices involve day-to-day operations of the construction site and are usually under the control of the contractor. These BMPs are also referred to as "good housekeeping pracfices" which involve keeping a clean, orderiy construcfion site. Non-stormwater management BMPs also include procedures and practices designed to minimize or eliminate the discharge of pollutants from vehicle and equipment cleaning, fueling, and maintenance operations to stormwater drainage systems or to watercourses. Table 6 lists standard non-stormwater management BMPs. All these BMPs must be implemented depending on the condifions and applicability of deployment described as part ofthe BMP. Table 6 Non-Storm Water Management BMPs CASQA BMP# BMP Name NS-1 Water Conservafion Practices NS-2 Dewatering Operations NS-3 Paving and Grinding Operafions NS-4 Temporary Stream Crossing NS-5 Clear Water Diversion NS-6 Illicit Connecfion/Discharge NS-7 Potable Water/lrrigafion NS-8 Vehicle and Equipment Cleaning NS-9 Vehicle and Equipment Fueling NS-10 Vehicle and Equipment Maintenance NS-11 Pile Driving Operations NS-12 Concrete Curing NS-13 Concrete Finishing NS-14 Material and Equipment Use NS-15 Demolition Adjacent to Water NS-16 Temporary Batch Plants It is recommended that owners and contractors be vigilant regarding implementafion of these BMPs, including making their implementafion a condifion of confinued employment, and part of all prime and subcontract agreements. By doing so, the chance of inadvertent violation by an uncaring individual can be prevented, potenfially saving thousands of dollars in flnes and project delays. Also, if procedures are not properiy implemented and/or if BMPs are compromised then the discharge is subject to sampling and analysis requirements contained in the General Construction Permit. 17 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.3.5 Waste Management and Materials Pollution Control BMPs Waste management and materials pollufion control BMPs, like non-stormwater management BMPs, are source control BMPs that prevent pollution by limiting or reducing potenfial pollutants at their source before they come in contact with stormwater. These BMPs also involve day-to-day operations of the construction site, are under the control of the contractor, and are addifional "good housekeeping pracfices" which involve keeping a clean, orderiy construcfion site. Waste management consists of implemenfing procedural and structural BMPs for handling, storing, and disposing of wastes generated by a construction project. The objective is to prevent the release of waste materials into stormwater runoff or discharges through proper management of the following types of wastes: > Solid > Sanitary > Hazardous > Equipment-related wastes Table 7 Waste Management and Materials Pollution Control BMPs CASQA BMP# BMP Name WM-1 Material Delivery and Storage WM-2 Material Use WM-3 Stockpile Management WM-4 Spill Prevention and Control WM-5 Solid Waste Management WM-6 Hazardous Waste Management WM-7 Contaminated Soil Management WM-8 Concrete Waste Management WM-9 Sanitary/ Septic Waste Management WM-10 Liquid Waste Management Materials pollufion control (also called materials handling) consists of implemenfing procedural and structural BMPs in the handling, storing, and the use of construction materials. The BMPs are intended to prevent the release of pollutants during stormwater and non- stormwater discharges. The objective is to prevent or reduce the opportunity for contamination of stormwater runoff from construction materials by covering and/or providing secondary containment of storage areas, and by taking adequate precautions when handling materials. These controls must be implemented for all applicable activities, material usage, and site condifions. Table 7 lists the waste management and materials pollufion control BMPs. It is important to note that these BMPs should be implemented depending on the conditions/applicability of deployment described as part ofthe BMP. 3.3.6 General Site Management Requirements Every construcfion site shall implement the following minimum general site management requirements: 1. Emphasize pollution prevention where appropriate; and, 2. Implement all the requirements of the site approved Construction SWPPP to manage storm water and non-storm water discharges from the site at ail fimes; and. 18 Construction SWPPP Standards and Requirements Rev 6/4/2008 3. Minimize areas that are cleared and graded to only the portion of the site that is " necessary for construction; and, 4. Minimize exposure fime of disturbed soil areas; and, 5. Minimize grading during the wet season and coincide grading with seasonal dry weather periods to the extent feasible. If grading does occur during the wet season, then implement addifional BMPs for any rain events that may occur; and, 6. Limit he amount of exposed soil allowed at one fime to the amount that which can be adequately protected by deploying standby erosion control and sediment control BMPs prior to a predicted rainstorm; and, 7. Temporarily stabilize and/or re-seed disturbed soil areas as rapidly as possible; and, 8. Preserve the natural hydrologic features of the site where feasible; and, 9. Preserve riparian buffers and corridors where feasible; and, 10. Maintain ail BMPs unfil removed; and, 11. Retain, reduce and properly manage ail pollutant discharges on-site to the MEP standard. 3.3.6.1 Dry Season Site Management Requirements The following minimum BMPs must be in place at all construction sites throughout the year during both the wet and dry seasons: 1. All graded areas must have erosion protecfion BMPs properly installed 2. Adequate perimeter protecfion BMPs must be installed and maintained. 3. Adequate sediment control BMPs must be installed and maintained. 4. Adequate BMPs to control offsite sediment tracking must be installed and maintained. 5. A minimum of 125% of the material needed to install standby BMPs to protect the exposed areas from erosion and prevent sediment discharges, must be stored onsite. Areas already protected from erosion using physical stabilization or established vegetation stabilization BMPs are not considered to be "exposed" for purposes of this requirement. 6. The owner/developer/contractor must have an approved "weather triggered" action plan and be able to deploy standby BMPs to completely protect the exposed portions of the site within 48 hours of a predicted storm event (a predicted storm event is defined as a forecasted, 40% chance of rain by 5-day National Weather Service). On request, the owner/developer/contractor must provide proof of this capability that is acceptable to the City. 7. Deployment of physical or vegetafion erosion control BMPs must commence as soon as slopes are completed. The project proponent may not confinue to rely on the ability to deploy standby BMP materials to prevent erosion of slopes that have been completed. 8. The area that can be cleared, graded, and left exposed at one fime is limited to the amount of acreage that the contractor can adequately protect prior to a predicted rainstorm. For larger sites, grading should be phased (See Chapter 3.3.8). It may be necessary to deploy erosion and sediment control BMPs in areas that are not completed, but are not actively being worked before addifional grading is done. 3.3.6.2 Rainy Season Site Management Requirements 19 Construction SWPPP Standards and Requirements Rev 6/4/2008 In addition to the dry season requirements described above, the following additional minimum BMPs must be in place at all sites during the rainy season, which is defined as October 1^* through April 30*^: 1) Erosion control, perimeter protecfion and sediment control BMPs must be upgraded if necessary to provide sufficient protection for storms likely to occur during the rainy season. 2) Adequate physical or vegetafion erosion control BMPs must be installed and established for aii completed slopes prior to the start of the rainy season. These BMPs must be maintained throughout the rainy season. If a selected BMP fails, it must be repaired and improved, or replaced with an acceptable alternate as soon as it is safe to do so. The failure of a BMP indicates it was not adequate for the circumstances in which it was used. Repairs or replacements must therefore put a more robust BMP in place. 3) The amount of exposed soil allowed at one fime shall not exceed that which can be adequately protected by deploying standby erosion control and sediment control BMPs prior to a predicted rainstorm. 4) A disturbed area that is not completed but that is not being actively graded must be fully protected from erosion if left for 10 or more days. The ability to deploy standby BMP materials is not sufficient for these areas. BMPs must actually be deployed. 5) All vegetation erosion control must be established prior to the rainy season to be considered as an effective BMP. 3.3.7 Additional Controls for Construction Sites For project sites that are tributary to 303(d) water body segments that are impaired for sediment, the following BMPs must be implemented at all fimes to the maximum extent possible: • Maintain vegetative cover as much as possible by developing the project in a phased approach to reduce the amount of exposed soil at any one fime. • Limit the areas of active construction to five acres at any one time. • Provide 100 percent soil cover for all areas of inacfive construcfion throughout the enfire fime of construcfion, on a year-round basis. • Provide appropriate perimeter control at all appropriate locafions along the site perimeter and at all inlets to the storm drain system at all fimes during the rainy season. • Provide vegetated buffer strips between the active construction area and any water bodies. • Provide stabilized construction entrances and limit all vehicle and foot traffic to those entrances. Where the provisions described above can not be accommodated, addifional or supplemental controls shall be recommended. The City Engineer or designee shall have the authority to approve supplemental or alternative control methods based upon an evaluation of the proposed control and the sites potential threat to storm water quality impairment. 20 Construction SWPPP Standards and Requirements Rev 6/4/2008 3.3.8 Maximum Disturbed Area for Erosion Control The active disturbed soi! area of any project site shall be not more than 50 acres for an individual grading permit or a combination of grading permits under an associated Tentative or Final Map. The City may approve, on a case-by-case basis, expansions of the active disturbed soil area limit if adequate site protecfion is demonstrated. At all times, sufficient soil stabillzafion and sediment control materials shall be maintained on site to provide adequate site protection. 3.3.9 Advanced Treatment Methods Advanced Treatment is defined in the Municipal Permit as the use "of mechanical or chemical means to flocculate and remove suspended sediment from runoff from construction sites prior to discharge." If a project meets aii ofthe following criteria, advanced treatment will be required: 1. All or part of the site is within 200 feet of waters named on the CWA Section 303(d) list of Water Quality Limited Segments as impaired for sedimentation and/or turbidity; 2. The disturbance area is greater than five acres, including ail phases of the development; 3. The disturbed slopes are steeper than 4:1 with at least 10 feet of relief, and drain toward a Section 303(d) listed receiving water for sedimentation or turbidity; 4. The site contains a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4. Advanced treatment may be required on sites that do not meet all four of the criteria for exceptional threat to water quality listed above at the discretion of the City Engineer based on a record on non-compliance. Treatment effluent water quality shall meet or exceed the water quality objectives for sediment, turbidity, pH, and toxicity as listed in the Water Quality Control Plan for the San Diego Basin (9) for inland surface waters and lagoons and estuaries for the appropriate hydrologic unit. Prior to obtaining a grading permit, the applicant shall submit, to the safisfacfion of the City Engineer, the following: 1. An operafions and maintenance schedule for all advanced treatment methods. 2. A monitoring plan for all required BMPs and water quality for all proposed work deemed necessary to achieve project water quality goals. 3. A written training plan for certificafion and documentafion of necessary training and refreshers of staff. The discharger shall either deploy Advanced Treatment Methods or comply with source control procedures described below. • Maintain vegetative cover as much as possible by developing the project in a phased approach to reduce the amount of exposed soil at any one fime. 21 Construction SWPPP Standards and Requirements Rev 6/4/2008 • Limit the areas of acfive construction to five acres at any one time. • Provide 100 percent soil cover for all areas of inactive construcfion throughout the enfire fime of construcfion, on a year-round basis. • Provide appropriate perimeter control at all appropriate locafions along the site perimeter and at all inlets to the storm drain system at all fimes during the rainy season. • Provide vegetated buffer strips between the active construction area and any water bodies. • Provide stabilized construcfion entrances and limit ail vehicle and foot traffic to those entrances. 3.3.10 City Standard Water Pollution Prevention Notes All Tier 2 and Tier 3 Construcfion SWPPPs shall include the City Standard Storm Water Pollution Prevenfion notes as specified in Appendix I. The notes shall be placed upon the Construcfion SWPPP drawing or, in the case of a Tier 3 Construcfion SWPPP, on the grading plan. The Qualified Plan Preparer may include supplemental Storm Water Pollution Prevention notes to address specific requirements of the proposed project and/or construcfion site. The City Engineer or designee may also request inclusion of supplemental Storm Water Pollution Prevention notes to address specific construction acfivifies or site issues. 22 Construction SWPPP Standards and Requirements Rev 6/4/2008 I!1H1:|,, 3.4 Storm Water BMP tnsp^tion and Maintenance 3.4.1 General information Construcfion is a dynamic operafion where changes are expected. Storm water BMPs for construcfion sites are usually temporary measures that require frequent maintenance to maintain their effecfiveness and may require relocation, revision and re- installafion, particulariy as project grading progresses. Therefore, in addition to City inspecfions, owner/developer/contractor self- inspecfions are required. 3.4.2 Inspection of Construction Sites Ail construction sites are subject to site inspection by City staff in accordance with the Carisbad Municipal Code, the Municipal Permit, City's policies and procedures and these standards. Additionally, owner/developer/contractors are required to perform self- inspecfion of construction sites, for projects requiring a Tier 2 or Tier 3 Construcfion SWPPP, in accordance with these standards. The City of Carisbad will evaluate the adequacy of the owner's/contractor's site management for storm water pollufion prevenfion, inclusive of BMP implementafion, on construction sites based on performance standards for storm water BMPs. Poor BMP pracfices shall be challenged. Performance standards shall include: 1. Prevent increase in pollution to the maximum extent pracficable. 2. Minimize slope erosion. 3. Control discharge velocities moving offsite to limit down stream erosion potential to the pre-construction levels. 3.4.3 City Storm Water BMP Inspection Frequency Each construction site must be inspected by City staff for compliance with storm water standards at the minimum frequency as shown in Table 8. Site-specific inspecfion frequencies are reevaluated periodically, particulariy when grading acfivities are being conducted during the rainy season. The need for addifional inspecfions may vary depending upon several factors including: > Site condifions; > Previous violafions; > History of developer or contractor past performance; > Grading during rainy season; and, > Weather patterns. 23 Construction SWPPP Standards and Requirements Rev 6/4/2008 Table 8 Inspection Frequency Site Threat to Water Quality Rainy Season Oct 1^*-April 30*'' Dry Season May 1^*-September 30*'' High Bi-weekly As-needed Medium Monthly As-needed Low As-needed As-needed The minimum inspection frequency is based upon a project's perceived Threat to Water Quality (TTWQ) and whether or not the construcfion occurs during the wet or dry season. Each project site is assigned one of three priorifies to describe its TTWQ - low, medium or high. The worksheet entified "Construcfion Threat Assessment Worksheet for Determination of Project's Perceived Threat to Water Quality", attached as Appendix A, is used to determine a construction site's TTWQ priority. 3.4.4 City Storm Water BMP Inspection Requirements City inspection of construction sites for storm water compliance shall include, but not be limited to the following: 1 3. 5. 6. 7. 8. Assessment of BMP effectiveness including implementafion of an effective combination of erosion, sediment and non-stormwater BMPs to meet the City's minimum water quality protection requirements and prevent the discharge of pollutants into storm water and receiving waters, and Check for coverage under the General Construction Permit (Regional Board Nofice of Intent (NOI) and/or Waste Discharge Identificafion No. (WDID No.)) during inifial inspection; Ensure compliance with the City's applicable ordinances, permits and other site- specific requirements; Visual observations for non-stormwater discharges, potential illicit connections and potential discharge of pollutants in stormwater runoff; Ensure proper implementafion of plans and specificafions. Education and outreach on stormwater pollution prevention as needed; Ensure that the project proponents implement their stormwater management on a year-round basis, and; Creation of a written or electronic inspection report City inspecfion staff will utilize the following framework when conducfing an inspecfion: 1. Review the site erosion control and BMP implementafion plans and determine whether they are being properly implemented; 2. Determine if BMPs are being used in accordance with the intent of all laws and approved plans; 3. Determine whether BMPs are effectively being implemented and maintained properiy; and 24 Construction SWPPP Standards and Requirements Rev 6/4/2008 4. Determine whether the owner/developer/contractor is making appropriate adjustments when ineffective BMPs are found. For projects subject to the State General Construcfion Permit, the RWQCB is responsible for verifying and enforcing requirements of the General Construction Permit. The City inspecfion staff will confinue to work with RWQCB staff in assuring compliance at these sites. City staff will document observations of potential violafions and will notify the RWQCB of the noncompliance in accordance with Order R9-2007-0001 if the noncompliance poses a threat to human or environmental health. Regardless of any inspections conducted by the City, property owners or contractors are required to prevent any construction-related materials, trash, wastes, spills or residues from entering a storm water conveyance system. 3.4.5 Qualified Person Required All construction sites requiring a Tier 2 or Tier 3 Construction SWPPP are required to employ a Qualified Person to ensure proper installation and maintenance of the project BMPs. The Qualified Person shall: 1. Be trained and competent in the use of BMPs, shall be on site daily, although not necessarily full time, to evaluate the conditions of the site with respect to storm water pollution prevention. This qualified contact person shall represent the contractor/owner on storm water Issues. 2. Shall implement the condifions of the Storm Water Pollufion Prevenfion Plan, contract documents and/or local ordinances with respect to erosion and sediment control and other waste management regulations. 3. Be responsible for monitoring the weather and implementafion of any emergency plans as needed. The weather shall be monitored on a 5-day forecast plan and a full BMP protecfion plan shall be acfivated when there is a 40% chance of rain. 4. Be responsible for overseeing any site grading and operafions and evaluafing the effectiveness of the BMPs. This person shall modify the BMPs as necessary to keep the dynamics of the site in compliance. This person or other qualified persons are responsible for checking the BMPs roufinely for maintenance and documenfing the BMPs being implemented. 25 Constmction SWPPP Standards and Requirements Rev 6/4/2008 This page intentionally left blank SWMP Rev 6/4/08 Appendix A Project Threat Assessment Worksheet for Determination of Construction SWPPP Tier Level 26 Constmction SWPPP Standards and Requirements Rev 6/4/2008 Project Threat Assessment Worksheet for Determination of Construction SWPPP Tier Level Project Storm Water Threat Assessment Criteria* Significant Threat Assessment Criteria • My project includes clearing, grading or other disturbances to the ground resulting in soil disturbance totaling one or more acres including any associated construction Staging, equipment storage, stockpiling, pavement removal, refiieling and maintenance areas; or, My project is part of a phased development plan that will cumulatively result in soil disturbance totaling one or more acres including any associated construction staging, equipment storage, refueling and maintenance areas; or. My project is located inside or within 200 feet of an environmentally sensitive area (see City ESA Proximity map) and has a significant potential for contributing pollutants to nearby receiving waters by way of storm water runoff or non-storm water discharge(s). • • Moderate Threat Assessment Criteria My project does not meet any ofthe Significant Threat Assessment Criteria described above and meets one or more ofthe following criteria: • Project requires a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 of the Carlsbad Municipal Code); or, • Project will result in 2,500 square feet or more of soils disturbance including any associated construction staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas and project meets one or more of the additional followmg criteria: • located within 200 feet of an environmentally sensitive area or the Pacific Ocean; and/or, • disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; and/or • disturbed area is located along or within 30 feet of a storm drain inlet, an open drainage channel or watercourse; and/or • construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). Construction SWPPP Tier Level Low Threat Assessment Criteria • My project does not meet any of the Significant or Moderate Threat criteria, is not an exempt permit type (see City's list of Permit Types Exempt fi-om Construction SWPPP requirements) and tiie project meets one or more of the following criteria: • results in some soil disturbance; and/or • includes outdoor construction activities (such as roofing, saw cutting, equipment washing, material stockpiling, vehicle fueling, waste stockpiling) No Threat Proiect Assessment Criteria • My project is in a category of permit types exempt from City Construction SWPPP requirements (see City's list of Permit Types Exempt from Construction SWPPP requirements) and/or does not meet any ofthe High, Moderate or Low Threat criteria described above. Tier 3 Tier 2 Tier 1 Exempt * The City Engineer may authorize minor variances from the Storm Water Threat Assessment Criteria in special circumstances where it can be shown that a lesser or higher Construction SWPPP Tier Level is warranted in the opinion of the City Engineer Construction SWPPP Standards and Requirements Rev 6/4/2008 Appendix B Storm Water Compliance Forms Constmction SWPPP Standards and Requirements Rev 6/4/2008 storm Water Compliance Form For a Tier 3 Construction SWPPP 1 am applying to the City of Carisbad for the following type of construction permit(s): • Grading Permit • Building Permit • Right-of-Way Permit My project requires preparation and approval of a Tier 3 Construcfion Storm Water Pollufion Prevention Plan (SWPPP) because my project meets one or more of the following criteria demonstrating that the project potenfially poses a significant threat to storm water quality: • My project includes clearing, grading or other disturbances to the ground resulfing in soil disturbance totaling one or more acres including any associated construcfion staging, equipment storage, stockpiling, pavement removal, refueling and maintenance areas; or, • My project is part of a phased development plan that will cumulatively result in soil disturbance totaling one or more acres including any associated construcfion staging, equipment storage, stockpiling, pavement removal, refueling and maintenance areas; or, • My project is located inside or within 200 feet of an environmentally sensitive area and has a significant potenfial for contribufing pollutants to nearby receiving waters by way of storm water runoff or non-storm water discharge(s). 1 CERTIFY TO THE BEST OF MY KNOWLEDGE THAT THE ABOVE CHECKED STATEMENTS ARE TRUE AND CORRECT. 1 AM SUBMITTING FOR CITY APPROVAL A TIER 3 CONSTRUCTION SWPPP PREPARED IN ACCORDANCE WITH CITY STANDARDS AND THE REQUIREMENTS OF THE STATE WATER RESOURCES CONTROL BOARD GENERAL PERMIT FOR CONSTRUCTION ACTIVITIES - WATER QUALITY ORDER NO 99-08-DWQ (GENERAL CONSTRUCTION PERMIT) AND ANY AMENDMENT, REVISION OR RE-ISSUANCE THEREOF. 1 UNDERSTAND AND ACKNOWLEDGE THAT 1 MUST SUBMIT THE CITY APPROVED TIER 3 CONSTRUCTION SWPPP TO THE SAN DIEGO REGIONAL WATER QUALITY CONTROL BOARD TOGETHER WITH A NOTICE OF INTENTION (NOI), AN APPROPRIATE FILING FEE AND OTHER REQUIRED DOCUMENTATION AND RECEIVE A STATE WASTE DISCHARGER'S IDENTIFICATION (WDID) NUMBER PRIOR TO CITY ISSUANCE OF THE ABOVE REQUESTED CONSTRUCTION PERMIT(S). 1 ALSO UNDERSTAND AND ACKNOWLEDGE THAT 1 MUST ADHERE TO, AND AT ALL TIMES, COMPLY WITH THE CITY APPROVED TIER 3 CONSTRUCTION SWPPP THROUGHTOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. Owner/Owner's Authorized Agent Information and Signature Box This Box for City Use Only Address/Location: Assessor Parcel Number(s): Owner/Owner's Authorized Agent Name: Title: Owner/Owner's Authorized Agent Signature: Date: City Concurrence: Yes No By: Date: Project ID: Constmction SWPPP Standards and Requirements Rev 6/4/2008 storm Water Compliance Form For a Tier 2 Construction SWPPP I am applying to the City of Carisbad for one or more the following type of construcfion permit(s): • Grading Permit • Building Permit • Right-of-Way Permit My project does not meet any of the following criteria for a project that poses a significant threat to storm water quality: ^ My project does not include clearing, grading or other ground disturbances resulfing in soil disturbance totaling one or more acres including any associated construction staging, equipment storage, stockpiling, pavement removal, refueling and maintenance areas; and, My project is not part of a phased development plan that will cumulatively result in soil disturbance totaling one or more acres including any associated construcfion staging, equipment storage, stockpiling, pavement removal, refueling and maintenance areas; and, My project is not located inside or within 200 feet of an environmentally sensitive area and will not have a significant potenfial for contribufing pollutants to nearby receiving waters by way of storm water runoff or non-storm water discharge(s). My project requires preparafion and approval of a Tier 2 Construcfion Storm Water Pollufion Prevenfion Plan (SWPPP) because my project meets one or more ofthe following criteria demonstrating that the project potenfially poses a moderate threat to storm water quality: • My project requires a grading plan pursuant to the Carisbad Grading Ordinance (Chapter 15.16 of the Carisbad Municipal Code); and/or, • My Project will result in 2,500 square feet or more of soils disturbance including any associated construcfion staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas and, my project meets one or more of the following addifional criteria: • Project is located within 200 feet of an environmentally sensitive area or the Pacific Ocean; • Project's disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; • Project's disturbed area is located along or within 30 feet of a storm drain inlet, an open drainage channel or watercourse; and/or • Project will be initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). I CERTIFY TO THE BEST OF MY KNOWLEDGE THAT THE ABOVE CHECKED STATEMENTS ARE TRUE AND CORRECT. I AM SUBMITTING FOR CITY APPROVAL A TIER 2 CONSTRUCTION SWPPP PREPARED IN ACCORDANCE WITH THE REQUIREMENTS OF CITY STANDARDS. I UNDERSTAND AND ACKNOWLEDGE THAT 1 MUST ADHERE TO, AND AT ALL TIMES, COMPLY WITH THE CITY APPROVED TIER 2 CONSTRUCTION SWPPP THROUGHTOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. Owner/Owner's Authorized Agent Information and Signature Box This Box for City Use Only Addresis/Location: Assessor Parcel Number{s): Owner/Owner's Authorized Agent Name: Title: Owner/Owner's Authorized Agent Signature: Date: City Concurrence: Yess No By: Date: Project ID: Constmction SWPPP Standards and Requirements Rev 6/4/2008 storm Water Compliance Exemption Form am applying to the City of Carisbad for the following type(s) of construcfion permit: • Building Permit • Right-of-Way Permit My project is categorically exempt from the requirement to prepare a storm water pollufion prevenfion plan (SWPPP) because it only requires issuance of one or more of the following permit types: Electrical Permit Pafio Deck Fire Addifional Permit Plumbing Permit Fire Alarm Permit Sign Permit Fixed Systems Permit Spa - Factory Made Mechanical Permit Sprinkler Permit Mobile Home Permit Water Discharge Permit Re-Roofing Permit • My project is exempt from the requirement to prepare a storm water pollution prevenfion plan (SWPPP) because it meets the "no threat" assessment criteria on the City's Project Threat Assessment Worksheet for Determinafion of Construcfion SWPPP Tier Level. I CERTIFY TO THE BEST OF MY KNOWLEDGE THAT THE ABOVE CHECKED STATEMENTS ARE TRUE AND CORRECT. 1 UNDERSTAND AND ACKNOWLEDGE THAT EVEN THOUGH THIS PROJECT DOES NOT REQUIRE PREPARATION OF A CONSTRUCTION SWPPP, 1 MUST STILL ADHERE TO, AND AT ALL TIMES DURING CONSTRUCTION ACTIVITES FOR THE PERMIT TYPE(S) CHECKED ABOVE, COMPLY WITH THE STORM WATER BEST MANAGEMENT PRACTICES PURSUANT TO TITLE 15 OF THE CARLSBAD MUNICIPAL CODE AND TO CITY STANDARDS. Owner/Owner's Authorized Agent Information and Signature Box This Box for City Use Only Address/Location: /Assessor Parcel Number(s): Owner/Owner's Authorized Agent Name: Title: Owner/Owner's Authorized Agent Signature: Date: City Concun^ence: Yess No By: Date: Project ID: Constmction SWPPP Standards and Requirements Rev 6/4/2008 Appendix C Construction Threat Assessment Worksheet for Determination of Threat to Storm Water Quality Constmction SWPPP Standards and Requirements Rev 6/4/2008 Construction Threat Assessment Worksheet for Determination of a Project's Perceived Threat to Storm Water Quality Construction SWPPP Tier Level Construction Threat Assessment Criteria* Perceived Threat to Storm Water Quality Tier 3 Tier 3 - Hieh Construction Threat Assessment Criteria High Tier 3 • Project site is 50 acres or more and grading will occur during the rainy season • Project site is 1 acre or more in size and is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA • Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) • Site slope is 5 to 1 or steeper • Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). • Owner/contractor received a Storm Water Notice of Violation within past two years High Tier 3 Tier 3 - Medium Construction Threat Assessment Criteria Medium Tier 3 • All projects not meeting Tier 3 High Construction Threat Assessment Criteria Medium Tier 2 Tier 2 High Construction Threat Assessment Criteria High Tier 2 • Project is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA • Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) • Site slope is 5 to 1 or steeper • Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). • Owner/contractor received a Storm Water Notice of Violation within past two years • Site results in one half acre or more of soil disturbance High Tier 2 Tier 2 - Medium Construction Threat Assessment Criteria Medium Tier 2 • All projects not meeting Tier 2 High Construction Threat Assessment Criteria Medium Tier 1 Tier 1 - Medium Inspection Threat Assessment Criteria Medium Tier 1 • Project is located within the Buena Vista or Agua Hedionda Lagoon watershed, within or directly adjacent to an environmentally sensitive area (ESA) or discharges directly to an ESA • Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) • Site slope is 5 to 1 or steeper • Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). • Owner/contractor received a Storm Water Notice of Violation within past two years • Site results in one half acre or more of soil disturbance Medium Tier 1 Tier 1 - Low Insoection Threat Assessment Criteria Low Tier 1 • All projects not meeting Tier 1 Medium Construction Threat Assessment Criteria Low Exempt - Not Applicable -Exempt circumstances where it can be shown that a lesser or higher amount of storm water compliance inspection is warranted in the opinion of the City Engineer Constmction SWPPP Standards and Requirements Rev 6/4/2008 Appendix D Tier 3 Construction SWPPP Required Elements Checklist Construction SWPPP Standards and Requirements Rev 6/4/2008 TIER 3 CONSTRUCTION SWPPP REQUIRED ELEMENTS CHECKLIST Construction SWPPP Required Element Reference Document and Section (1) Page Number (2) Not Applicable N/A Implementation Date (3) GCV Section A. Storm Water Pollution Prevention Plan (SWPPP) Vicinify Map (graphic) GCPA.S.a.1 Maior roadwavs, geoeraphic features or landmarks GCPA.5.a.l Site perimeter GCPA.5.a.l Geographic features GCP A.5.a.l General topography GCPA.5.a.l Site Map (graphicHcan modify Parcel Map) GCPA.5.a.2 Site perimeter GCPA.5.a.2 Existing and proposed buildings, lots, and roadways GCPA.5.a.2 Storm water collection and discharge points GCPA.5.a.2 General topography before and after construction GCP A.5.a.2 Anticipated discharge location(s) GCP A.5.a.2 Drainage pattems GCPA.5.a.2 Relevant drainage areas 2 GCPA.S.a. Temporary on-site drainage GCP A.5.a.2 Drainage (gnathic) GCPA.S.b.l Drainage pattems GCPA.Sh.X Slopes after major grading GCPA.S.b.l Calculations for storm water run-on GCPA.S.b.l BMPs that divert off-site drainage from going through site GCPA.S.b.l Storm Water Inlets (graphic) GCPA.5.b.2 Drainage pattems to storm water inlets or receiving water GCPA.Sh.2 BMPs that protect storm water inlets or receiving water GCPA.S.b.2 Site History/Past Site Ust^e (Red Estate Broker Disclosure may be sufficient) GCPA.5.b.3 Description of toxic materials treated, stored, or spilled on site GCP A.5.b.3 BMPs that minimize contact of contaminants with storm water GC?A.5.b.3 Location of Areas Designatedfor: (graphic) GCPA.5.b.4 (1) Reference Document Legend: GCP = General Construction Permit; MP = Municipal Pennit; CSWSM = City Storm Water Standards Manual (2) Indicate the page number where the information is located in your SWPPP. If the infomiation is not apphcable to your site, construction activities, or construction materials, dieck the N/A box. Your SWPPP does not have to address items which are not appUcable to your situation. (3) Date that the BMP will be installed on the site Page 1 of 6 Tier 3 Required Elements Checklist 3/24/08 Construction SWPPP Required Element Reference Document and Section (1) Page Number (2) Not Applicable N/A Implementation Date (3) Soil or waste storage GCPA.5.b.4 Vehicle storage & service GCPA.5.b.4 Constmction material loading, unloading, and access GCP A.S.b.4 Equipment storage, cleaning, maintenance GCPA.S.b.4 BMP Descriptions for: (graphic or narrative) GCPA.5.h.S Waste handling and disposal areas GCPA.S.b.5 On-site storage and disposal of construction materials and waste GCPA.S.b.S BMPs to minimize exposure of storm water to constmction materials, equipment, vehicles, waste GCPA.5.b.S Post Construction BMPs GCPA.S.b.6 See A. 10 Additional Information GCP A.5. c Description of other pollutant sources and BMPs that cannot be shown graphically GCPA.S.c.l Pre-constmction control practices GCPA.5.C.I Inventory of materials and activities that may pollute storm water GCP A.S.C.2 BMPs to reduce/eliminate potential pollutants listed in the inventory GCP A.S.C.2 Runoff coefficient (before & after) GCPA.5.C.3 Percent impervious (before & after) GCPA.5.C.3 Copy ofthe NOI and WDID # GCP A.5.C.4 Construction activity schedule GCPA.5.C.5 Contact information GCPA.5.C.6 EROSION CONTROL GCP A.6 The SWPPP shall include: (graphic) GCPA.6.a-c Areas of vegetation on site GCPA.6.a.l Areas of soil disturbance that will be stabilized during rainy season GCPA.6.a.2 Areas of soil disturbance which will be exposed during any part of the rainy season GCPA.6.a.3 Constmction phase / BMP sequencing schedule including supplemental pre-rain action plan for erosion control measures GCP A.6.a.4 BMPs for erosion control GCPA.6.b (1) Reference Document Legend: GCP = General Construction Permit; MP = Municipal Permit; CSWSM = City Storm Water Standards Manual (2) Indicate the page number where the information is located in your SWPPP. If the infomiation is not applicable to your site, construction activities, or construction materials, dieck the N/A box. Your SWPPP does not have to address items which are not appUcable to your situation. (3) Date that the BMP will be installed on the site Page 2 of 6 Tier 3 Required Elements Checklist 3/24/08 Construction SWPPP Required Element Reference Document and Section (1) Page Number (2) Not Applicable N/A Implementation Date (3) BMPs to control wind erosion GCP A.6.C SEDIMENT CONTROL GCPA.8 Description/Illustration of BMPs to prevent increase of sediment load in discharge GCPA.8 Constmction phase / BMP sequencing schedule including supplemental pre-rain action plan for sediment control measures GCPA.8 NON-STORM WATER GCPA.9 Description of non-storm water discharges to receiving waters GCPA.9 Locations of discharges GCP A.9 Description of BMPs GCP A.9 Name and phone number of qualified person responsible for non-storm water management GCP A.9 POST-CONSTRUCTION GCPA.10 Description and location of BMPs GCP A. 10 Operation/Maintenance of BMPs after project completion (including fianding) GCP A. 10 MAINTENANCE, INSPECTIONS, AND REPAIR GCP A. 11 Name and phone number of qualified person responsible for inspections GCP A.l 1 Inspection checklist: date, weather, inadequate BMPs, visual observations of BMPs, corrective action, inspector's name, title, signature GCPA.ll.a-f OTHER REQUIREMENTS GCP A. 12-16 Documentation of all training GCP A. 12 List of Contractors/Subcontractors GCP A. 13 GCP Section B. Monitoring and Reporting Requirements Description of site inspection plans GCP B.3 Compliance certification (annually 7/1) if project is under active constmction GCP B.4 Noncompliance reporting GCPB.5 Records of all inspections; compliance certifications; noncompliance reports, etc. GCPB.6 (1) Reference Document Legend: GCP = General Construction Pennit; MP = Municipal Permit; CSWSM = City Storm Water Standards Manual (2) Indicate the page number where the infomiation is located in your SWPPP. If the information is not appUcable to your site, construction activities, or construction materials, check the N/A box. Your SWPPP does not have to address items which are not appUcable to your situation. (3) Date that the BMP will be installed on the site Page 3 of 6 Tier 3 Required Elements Checklist 3/24/08 Construction SWPPP Required Element Reference Document and Section (1) Page Number (2) Not Applicable N/A Implementation Date (3) Monitoring program for sediment contribution from direct discharges to impaired water bodies GCP B.7 Monitoring program for pollutants not visually detectable in storm water (nonvisible pollutants) GCPB.8 GCP Section C. Standard Provisions for Construction Activities Signed Certification for SWPPP, reports, amendments, etc. Who is authorized to sign and by what authority has the duly authorized representative been assigned? GCP C.9,10 Location of General Permit and SWPPP on site during constmction activities GCP C. 17 MP Section D.2 Construction Component GENERAL SITE MANAGEMENT MP D.2.c.(l)(a) Pollution prevention, where appropriate MP D.2.c.(lXa)i. and CSWSM 3.3.2 Development and implementation of a storm water site management plan MPD.2.c.(l)(a)ii. and CSWSM 3.3.6 Minimization of areas that are cleared and graded to only the portion of the site that is necessary for constmction MP D.2.c.(l)(a)iii. and CSWSM 3.3.6.1 Minimization of exposure time of disturbed soil areas MPD.2.c(l)(a)iv. and CSWSM 3.3.6.1 Minimization of grading during the wet season and correlation of grading with seasonal dry weather periods to the extent feasible MPD.2.c.(l)(a)v. and CSWSM 3.3.6.1 Limitation of grading to a maximum disturbed area of 50 acres MPD.2.c.(l)(a)vi. and CSWSM 3.3.8 Temporary stabilization and reseeding of disturbed soil areas as rapidly as feasible MP D.2.c.(l)(a)vii. and CSWSM 3.3.6.1 Preservation of natural hydrologic features where feasible; MPD.2.C. (lXa)viii. and CSWSM 3.3.6 Preservation of riparian buffers and corridors where feasible MPD.2.c.(l)(a)ix. and CSWSM 3.3.6 Maintenance of all BMPs, until removed MPD.2.c.(l)(a)x. and CSWSM 3.3.6 Retention, reduction, and proper management of all pollutant discharges on site to MP D.2.c.(l)(a)xi. and (1) Reference Document Legend: GCP = Goieral Construction Permit; MP = Municipal Pwmit; CSWSM = City Storm Water Standards Manual (2) Indicate the page number where the information is located in your SWPPP. If the information is not applicable to your site, construction activities, or construction materials, check the N/A box. Your SWPPP does not have to address items which are not applicable to your situation. (3) Date that the BMP will be installed on the site Page 4 of 6 Tier 3 Required Elements Checklist 3/24/08 Construction SWPPP Required Element Reference Document and Section (1) Page Number (2) Not Applicable N/A Implementation Date (3) the MEP Standard CSWSM 3.3.6 EROSION AND SEDIMENT CONTROLS MP D.2.c.(l)(b) and CSWSM 3.3.3 Erosion prevention, to be used as the most important measure for keeping sediment on site during constmction, but never as the single method MPD.2.c.(lXb)i. and CSWSM 3.3.3 Sediment controls, to be used as a supplement to erosion prevention for keeping sediment on-site during constmction MPD.2.c.(l)(b)ii. and CSWSM 3.3.3 Slope stabilization on all inactive slopes during the rainy season and during rain events in the dry season MP D.2.C (l)(b)iii. and CSWSM 3.3.6.1&2 Slope stabilization on all active slopes during rain events regardless ofthe season MPD.2.c(l)(b)iv. and CSWSM 3.3.6.1 Permanent re-vegetation or landscaping as early as feasible. MP D.2.c.(l)(b)v. and CSWSM 3.3.6 ADVANCED TREATMENT CONTROLS Addition of advanced treatment controls for projects that are determined to be an exceptional threat to water quality MP D.2.c.(2) and CSWSM 3.3.9 Operations and Maintenance Schedule CSWSM 3.3.9 Advanced treatment Monitoring Plan CSWSM 3.3.9 Advanced Treatment Training Plan CSWSM 3.3.9 Altemative Source Control Procedures in Lieu of Advanced Treatment Control Noted on Plans CSWSM 3.3.9 YEAR ROUND BMP IMPLEMENTATION MP D.2.c.(3) and CSWSM 3.3.6 Plan for year round implementation of minimum BMPs that can vary based upon wet and dry seasons MP D.2.c.(3) and CSWSM 3.3.6 ADDITIONAL CONTROLS FOR SITES TRIBUTARY TO CWA SECTION 303(d) IMPAIRED WATERS MP D.2.c.(4) and CSWSM 3.3.7 Maintain vegetative cover as much as possible by developing the project in a phased approach to reduce the amount of exposed soil at any one time. CSWSM 3.3.7 Limit the areas of active construction to five acres at any one time. CSWSM 3.3.7 (1) Reference Document Legend: GCP = General Construction Permit; MP = Municipal Permit; CSWSM = City Storm Water Standards Manual (2) Indicate the page number where the information is located in your SWPPP. If the infonnation is not applicable to your site, construction activities, or construction materials, check the N/A box. Your SWPPP does not have to address items which are not applicable to your situation. (3) Date that the BMP will be installed on the site Page 5 of 6 Tier 3 Required Elements Checklist 3/24/08 Construction SWPPP Required Element Reference Document and Section (1) Page Number (2) Not Applicable N/A Implementation Date (3) Provide 100 percent soil cover for all areas of inactive construction throughout the entire time of constmction, on a year-round basis. CSWSM 3.3.7 Provide appropriate perimeter control at all appropriate locations along the site perimeter and at all inlets to the storm drain system at all times during the rainy season CSWSM 3.3.7 Provide vegetated buffer strips between the active constmction area and any water bodies. CSWSM 3.3.7 Provide stabilized constmction entrances and limit all vehicle and foot traffic to those entrances. CSWSM 3.3.7 INSPECTION OF CONSTRUCTION SITE MP D.2.d and CSWSM 3.4.3 Inspection priority detennined for site and frequency noted in SWPPP MP D.2.d and CSWSM 3.4.3 STANDARD STORM WATER POLLUTION PREVENTION NOTES CSWSM 3.3.10 Standard Storm Water Pollution Prevention Notes included on Grading Plans CSWSM 3.3.10 (1) Reference Document Legend: GCP = General Construction Permit; MP = Municipal Permit; CSWSM = City Storm Water Standards Manual (2) hidicate the page number where the information is located in your SWPPP. If the infonnation is not applicable to your site, consti^ction activities, or coistiiiction materials, dieck the N/A box. Your SWPPP does not have to address items which are not applicable to your situation. (3) Date that the BMP will be installed on the site Page 6 of 6 Tier 3 Required Elements Checklist 3/24/08 .4^ This page intentionally left blank SWMP Rev 6/4/08 Appendix E TIER 3 Construction SWPPP Checklist (CASQA Format) Constmction SWPPP Standards and Requirements Rev 6/4/2008 TIER 3 CONSTRUCTION SWPPP CASQA FORMAT CHECKLIST Project Name_ Project ID Planchecker Date CASQA Section Number and Potential Required Elements Required for Project Planchecker Verification General Formatting Tabbed separators included between Sections 1 I Section -100 SWPPP Certifications and Approval 100.1 - SWPPP Certification by Preparer Project name, grading permit, building permit, discretionary pennit number(s), APN at top of form Certification signed and dated by person responsible for preparation ofthe SWPPP Name, title and telephone number of the person signing the form SWPPP and Monitoring Program Checklist in Attachment L completed Notice of Intent (NOI) attached, completed and signed by Owner or Owner's agent 100.2 - Owner Approval and Certification of SWPPP Project name, grading permit, building permit, discretionary permit number(s), APN at top of form Certification signed and dated by owners staff; specifically, the person responsible for preparation of the SWPPP and/or the person responsible for overall management ofthe site Name, title and telephone nvmiber ofthe person signing the form 100.3 - Annual Compliance Certification Blank copy of the Annual Compliance of Compliance included as Attachment M Section 200 - SWPPP AmeiKtments 200.1 - SWPPP Amendment Certification and Approval Instmctions and Blank Amendment Certification and Approval forms included 200.2 - Amendment Log Instmctions and Blank Amendment Log included Section 390 - lotrodactton and Project IHseription 300.1 - Introduction and Project Description Projects legal description including County, City and address, proximity to receiving waters to which project will discharge including surface waters, drainage channels, and drainage systems; ownership of all drainage systems to which the project discharges 300.2 - Unique Site Features Description of unique site features (water bodies, wetlands, environmentally sensitive areas, endangered or protected species, etc) and significant or high risk constmction activities that may impact storm water quality. Include any Page lof II Tier 3 SWPPP CASQA Fonnat Checklist 3/24/08 unique features or activities within or adjacent to water bodies 300.3 - Construction Site Estimates Constmction site area in acres Runoff coefficient and percentage impervious area before and after constmction Calculations for Coefficient change included in Attachment D Anticipated storm water run-on to the constmction site Calculations for storm water run-on included in Attachment E 300.4 - Project Schedule/Water Pollution Control Schedule Written and geographical project schedule including: Project start and finish dates Rainy season dates Annual certifications Mobilization dates Mass clearing and gmbbing/roadside clearing dates Major grading/excavation dates Special dates named in other permits such as Fish and Game and Army Corps of Engineers Permits Dates for submittal of SWPPP Amendments required by the contract documents Annual submittal of rainy season implementation schedule if required by the Owner or Permittee Dates for implementation of pre-rainy season temporary soil stabilization and temporary sediment control BMPs, if required Rainy season implementation schedule including: Deployment of temporary soil stabilization BMPs Deployment of temporary sediment control BMPs Deployment of wind erosion control Bmps Deployment of tracking control BMPs Deployment of non-storm water BMPs Deployment of waste management and materials pollution control BMPs Non-rainy season implementation schedule Deployment of temporary soil stabilization BMPs Deployment of temporary sediment control BMPs Deployment of wind erosion control Bmps Deployment of tracking control BMPs Deployment of non-storm water BMPs Deployment of waste management and materials pollution control BMPs Paving, saw-cutting and any other pavement related operations Major planned stockpiling operations Page 2 of II Tier 3 SWPPP CASQA Format Checklist 3/24/08 igliii 0' Dates for other significant long-term operations or activities that may plan non-storm water discharges such as dewatering, grinding, etc Final stabilization activities staged over time for each area of the project 300.5 - Contact Information/List of Responsible Parties Name and telephone nimnber(s) of the Contractor's Storm Water Pollution Prevention Manager (SWPPM) and required text Section 400 - References List of documents referenced in the SWPPP All Federal, State and City permits On-site project information including plans and specifications, geotechnical report(s), hydrology/hydraulic report(s), and other reports and regulatory guidance documents Each referenced doctiment includes title, number (if applicable), author, date published and revision date Section 509 - Body f^SWPPP 500.1 - Objectives Required text included 500.2 - Vicinity Map V 8 '/2' x II" color copy of USGS map or eqixal included as Attachment A displaying site perimeter, major roadways, geographic features and landmarks, adjacent water bodies, known wells, an outline of the off-site drainage area, anticipated discharge locations and general topography Brief narrative description of the vicinity map 500.3 - Pollutant Source Identification and BMP Selection Required text included for each subsection 500.3.1 - Inventory of Materials and Activities that May Pollute Storm Water List of all constmction materials that have the potential to contribute to the discharge of pollutants to storm water and required text List of all constmction activities that have the potential to contribute sediment to storm water discharges 500.3.2 - Existing Pre-construction Control Measures List of any existing BMPs in place prior to constmction used to reduce erosion, sediment or other pollutants in storm water discharges 500.3.3 Nature of FiU Material and Existing Data Describing the Soil Description ofthe conditions of the fill materials and soils at the constmction site including soil types, groimdwater location and condition, dewatering operations, presence of existing toxic materials and contaminants and other relevant information 500.3.4 Erosion Control (EC) (Soil StabUization) Attachment C included. BMP Consideration Checklist filled out. Appropriate EC BMPs selected Introductory paragraphs the define EC and give general approach on how temporary EC BMPs will be implemented Page 3 of 11 Tier 3 SWPPP CASQA Format Checklist 3/24/08 List all temporary EC BMPs to be used on the project Show temporary EC BMPs on the Water Pollution Contirol Drawings (WPCDs) Provide narrative description of temporary EC BMPs that caimot be adequately identified on the WPCDs Discussion of on-site availability of temporary EC materials and proposed mobilization and implementation of temporary EC BMPs in event of predicted rain. Explanation of how and when BMPs will be implemented when rain is forecasted Additional City Required Erosion Control Requirements Erosion prevention, to be used as the most important measure for keeping sediment on site during constmction, but never as the single method Sediment controls, to be used as a supplement to erosion prevention for keeping sediment on-site during constmction Slope stabilization on all inactive slopes during the rainy season and during rain events in the dry season Slope stabilization on all active slopes during rain events regardless of the season Permanent revegetation or landscaping as early as feasible. 500.3.5 - Sediment Control (SC) Attachment C included. BMP Consideration Checklist filled out. Appropriate SC BMPs selected List all temporary SC BMPs to be used on the project A Show temporary SC BMPs on the Water Pollution Control Drawings (WPCDs) Provide narrative description of temporary SC BMPs that cannot be adequately identified on the WPCDs BMPs used to divert off-site drainage aroxind and/or through the constraction site shown on WPCDs Discussion of on-site availability of temporary EC materials and proposed mobilization and implementation of temporary EC BMPs in event of predicted rain 500.3.6 Tracking Control (TC) Attachment C included. BMP Consideration Checklist filled out. Appropriate TC BMPs selected List all temporary TC BMPs to be used on the project Show all ingress/egress points to project site on WPCDs and show or describe TC BMPs Provide narrative description of temporary TC BMPs that caimot be adequately identified on the WPCDs Discussion of road cleaning BMPs 500.3.7 Wind Erosion Control (WEC) Attachment C included. BMP Consideration Checklist filled out. Appropriate WEC BMPs selected Narrative description of WEC BMPs to be used on project 500.3.8 - Non-Storm Water Control (NSWC) All potential non-storm water discharges listed Attachment C included. BMP Consideration Checklist filled out. Appropriate NSWC BMPs selected Discuss how mobile operations, such as equipment maintenance and fueling, will be addressed Describe each planned NSW discharge fi-om project including flow/quantity. If flow/quantity cannot be determined. Page 4 of 11 Tier 3 SWPPP CASQA Fonnat Checklist 3/24/08 then describe nature and extent of activity so quantity can be inferred Show NSWC BMPs on WPCDs and/or provide narrative description including path of discharge to storm inlet, drainage facilities or receiving waters Describe time period and fi-equency of each NSW activity that generates or may generate a discharge Describe mandatory NSWC BMPs and practices required by City, State or Federal agencies and provide details and schedules as appropriate. Include maintenance, inspection, testing and reporting procedures, if applicable. Include permit info for discharges covered by separate NPDES permit Describe selected NSWC BMPs and practices to minimize, contain and dispose of prohibited discharges. Include maintenance, inspection, testing and reporting procedures, if applicable Describe sediment controls for landscape irrigation mn-off prior to establishment of vegetation Indicate how illicit connections and illegal discharges will be handled. Develop new owner notification pamphlet to make new owner aware of potential for unauthorized discharges and practices, if needed 500.3.9 - Waste Management and Material Pollution Control (WMMPC) All potential WMMP activities listed Attachment C included. BMP Consideration Checklist filled out. Appropriate WMMPC BMPs selected Substitute safer, less polluting products where possible List selected WMMPC BMPs and describe proposed facilities for materials storage and waste management. Include schedules, inspection and maintenance requirements. Show on WPCDs as appropriate Describe proposed waste collection and removal schedule 500.3.10 - Cost Breakdown for Water Pollution Control Water pollution control cost estimate sheet included Additional City Requirements Advanced Treatment Controls (If required. See Storm Water Standards Manual Section 3.3.9) Operations and Maintenance Schedule Advanced treatment Monitoring Plan Advanced Treatment Training Plan Altemative Source Control Procedures in Lieu of Advanced Treatment Control Noted on Plans Year Round BMP Implementation Plan for year round implementation of minimum BMPs that can vary based upon wet and dry seasons Additional Controls for Sites tributary to CWA Section 303(d) Impaired Waters RS Maintain vegetative cover as much as possible by developing the project in a phased approach to reduce the amount of exposed soil at any one time. Limit the areas of active constraction to five acres at any one time. Provide ICQ percent soil cover for all areas of inactive constraction throughout the entire time of constraction, on a year-rovmd basis. Page 5 of 11 Tier 3 SWPPP CASQA Format Checklist 3/24/08 Provide appropriate perimeter control at all appropriate locations along the site perimeter and at all inlets to the storm drain system at all times during the rainy season Provide vegetated buffer strips between the active constraction area and any water bodies. Provide stabilized constraction entrances and limit all vehicle and foot traffic to those entrances. Inspection of Construction Site Inspection priority determined for site and fi-equency noted in SWPPP City Standard Storm Water Pollution Prevention Notes Standard Storm Water Pollution Prevention Notes included on Grading Plans 500.4 - Water Pollution Control Drawings (WPCDs) WPCDs included as Attachment B Cover sheet listing BMPs that will be used and any selected options shown on fact sheets, along with constraction notes and a legend All BMPs that can be shown are shown where appropriate on WPCDs BMP details included with WPCDs and appropriate CASQA and other standard references included Additional details shown as necessary to describe site specific BMP applications Grading sheets, drainage sheets or erosion control sheets used as base sheets for WPCDs. Base sheet details required: site perimeter Existing and proposed buildings, lots and roadways Permanent post constraction BMPs Storm water collection and discharge points General topography before and after constraction; anticipated discharge location(s) Tributary areas and drainage pattems to each on-site storm water inlet Receiving water or discharge point; off-site tributary drainage areas; temporary on-site drainage(s) to carry concentrated flows Outline of areas of existing vegetation; soil cover or native vegetation that will remain undisturbed Areas of cut and fill Outlines of areas of soil disturbance Locations of known toxic spills and discharges or contaminated soils Locations of potential non-storm water discharges such as dewatering operations, concrete saw cutting or coring, pressure washing, waterline flushing, diversions, cofferdams and vehicle equipment cleaning Locations of direct discharge into a Section 303(d) listed water body Sampling locations Ingress and egress points Temporary stockpiles Page 6 of 11 Tier 3 SWPPP CASQA Format Checklist 3/24/08 ^3 Vehicle and equipment storage, fueling, maintenance and cleaning; and, phasing and/or constraction staging BMPs for waste management and materials pollution control Show all storage, staging, borrow sites, stockpile sites, access roads, lay down areas and other non-development constraction areas where constraction activity will occur including contractors yard if in vicinity All contractor phasing and/or constraction staging reflected on WPCDs for full scope of project 500.5 - Construction BMP Maintenance, Inspection and Repair Description of program to maintain all constraction BMPs Complete maintenance, inspection and repair program included as Attachment G 500.6 - Post-Construction Storm Water Management 500.6.1 Post-Construction Control Practices Describe the constraction BMPs employed after all constraction phases have been completed including their operation and maintenance after project completion For projects that require a Storm Water Management Plan (SWMP), the City SWMP identification number shall be referenced 500.6.2 - Operation/Maintenance after Project Completion Description of any operations and maintenance requirements of post-constraction control practices > List parties responsible for long term operation and maintenance of permanent BMPs 500.7 - Training Description of storm water pollution prevention training that contractor's inspection, maintenance and repair personnel have received Storm Water Pollution Prevention Manger (SWPPM) has a minimimi of 24 hours training Document formal and informal storm water training on Trained Contractor Personnel Log Sheet included as Attachment I List of classes and copies of class completion documents may be submitted 500.8 - List of Subcontractors List of subcontractors and individuals responsible for implementation of the SWPPP including telephone numbers and addresses included as Attachment J SeetioB 600 - Monitoring Progpram and Reports 600.1 - Site Inspections Required text included 600.2 - Non-Compliance Reporting Required text included Sample Notice of Compliance form included as Attachment K Sample logging discharges form included as Attachment T 600.3 - Record Keeping and Reports Required text included Page 7 of 11 Tier 3 SWPPP CASQA Fonnat Checklist 3/24/08 600.4 - Sampling and Analysis Plan for Sediment (for projects discharging to 303(d) waters) Required text included Describe if project discharges to 303(d) waters 600.4.1 - Scope of Monitoring Activities List the impaired 303(d) water body and reason for impairment Describe the location(s) of direct discharge to each 303(d) listed water body Required text included 600.4.2 - Monitoring Strategy Required text included Description of sampling schedule for monitoring impacts of direct discharges Description of sampling locations Description of rationale for selection of sampling location Identification of upstream location for sampling including GPS coordinates Identification of downstream location for sampling including GPS coordinates Include sampling location for run-on location if one exists Describe surrounding areas that may contribute to run-on sediment to site Sampling locations not located near point sources or confluences Sampling locations not located directly dovrastream from bridge or road siirface run-off 600.4.3 - Monitoring Preparation T Identify sampling personnel including company name Describe training and qualifications of sampling personnel Identify conti-actors health and safety procedures for sampling personnel Identify altemate sampling personnel Identify state certified laboratory to analyze samples Describe strategy for ensuring adequate sample supplies are available prior to sampling Describe strategy for ensuring appropriate field testing equipment is available prior to sampling 600.4.4 - Sample Collection and Handling Description of sample collection procedures Sample procedure in accordance with test procedure under 40 CFR Part 136 Description of sample handling procedures Description of decontamination waste disposal requirements Description of sample collection documentation procedures Description of procedures for recording and correcting sampling data Chain of custody form required to be submitted to laboratory with samples Sampling activity log to be kept to document details of all sampling events Each sample bottle required to have proper and complete identification label Page 8 of II Tier 3 SWPPP CASQA Fonnat Checklist 3/24/08 600.4.5 - Sample Analysis Describe tests to be used on project samples using "Sample Collection, Preservation and Analysis for Monitoring Sedimentation/Siltation and/or Turbidity" form Appropriate answers included on form for discharges to 303(d) listed waters All appropriate blank fields on form filled in 600.4.6 - Quality Assurance/Quality Control Required text included 600.4.7 - Data Management and Reporting Required text included 600.4.8 - Data Evaluation Required text included 600.4.9 - Change of Conditions Required text included 600.5 - Sampling and Analysis Plan for Non-Visible Pollutants Required text included 600.5.1 - Scope of Monitoring Activities Required text included Identify general sources and locations of potential non-visible pollutants on project site for: Materials or wastes identified in Section 500.3.1 Materials or wastes that are stored under watertight conditions Constraction activities such as application of fertilizers, pesticides, herbicides etc that have occurred during a rain event of with 24 hours preceding a rain event Existing site features contaminated with non-visible pollutants Application of soil amendments and other chemicals with the potential to alter PH levels or contribute toxic pollutants to storm water nmoff Storm water nmoff from an area contaminated by historical usage ofthe site Storm water run-on to the project site with potential to contribute pollutants Breaches, malfunctions, leakages or spills from a BMP 600.5.2 - Monitoring Strategy Required text included Description of sampling schedule Describe locations for sampling locations Description for rationale for selection sampling locations Sampling locations selected from each source of non-visible pollutants identified in Section 600.5.1 Description of location for collecting uncontaminated background sample Description of location for sampling storm water run-on form each location identified in Section 600.5.1 Page 9 of 11 Tier 3 SWPPP CASQA Fonnat Checklist 3/24/08 Description of sampling locationat off-site activities related to the project Sampling locations in areas that are safe, out of the path of heavy traffic and have attainable access List and describe surrounding sites and uses that may contribute run-on or airbome constituents to the site 600.5.3 - Monitoring Preparation Identify party responsible for sample collection Describe training and qualifications of sampling personnel Identify contractors health and safety procedures for sampling personnel Identify alternate sampling personnel Identify state certified laboratory to analyze samples Describe strategy for ensuring adequate sample supplies are available prior to sampling Describe strategy for ensuring appropriate field testing equipment is available prior to sampling 600.5.4 - Analytical Constituents Table 600-2 to be completed and attached List of non-visible pollutant source, non-visible pollutant name and water quality indicator Constraction Material and Pollutant Testing Guidance Table - Non-Visible Pollutants table completed and attached Visible pollutants not added to table Table 600-3 completed and attached / 600.5.5 - Sample Collection and Handling Laboratory analysis, sampling, sample preservation and analyses conducted according to test procedures under 40 CFR Part 136 Chain of custody form required to be submitted to laboratory with samples Sampling activity log to be kept to document details of all sampling events Each sample bottie required to have proper and complete identification label Description of sample collection procedures Description of sample handling procedures Description of decontamination waste disposal requirements Description of sample collection documentation procedures Description of procedures for recording and correcting sampling data Table 600-3 to be completed 600.5.6 - Sample analysis Table 600-2 to be completed and attached Table 600-3 to be completed and attached Test method included for each non-visible pollutant identified in Table 600-2 Procedure to contact laboratory for appropriate test method(s)/specification to be xised for each constituent Field test instruments to be used for sampling identified 600.5.7 - Quality Assurance/Quality Control Page 10 of 11 Tier 3 SWPPP CASQA Fonnat Checklist 3/24/08 Required text included 600.5.8 - Data Management and Reporting Required text included 600.5.9 Data Evaluation Required text included 600.5.10 - Change of Conditions Required text included Page II of II Tier 3 SWPPP CASQA Fonnat Checklist 3/24/08 Appendix F Tier 2 Construction SWPPP Template Construction SWPPP Standards and Requirements Rev 6/4/2008 Tier 2 Construction SWPPP Preparation Template This document has been prepared to identify the various components that make up a Tier 2 Construction Storm Water Pollution Prevention Plan (SWPPP). A complete Tier 2 Construction SWPPP is composed of the following components: 1. A set of storm water pollution plan drawings meeting all the requirements of the Construction SWPPP Checklist items as contained in the Tier 2 Construction SWPPP Review Checklist attached as Appendix G to Section 3 (Construction SWPPP Standards and Requirements) in the City Storm Water Standards Manual. 2. A completed and signed Storm Water Compliance Form for a Tier 2 Construction SWPPP as contained in Appendix B to Section 3 (Construction SWPPP Standards and Requirements) in the City Storm Water Standards Manual. 3. A completed and signed Tier 2 Construction SWPPP Site Assessment Form (attached) 4. All supporting documentation, studies and reports as required to comply with the Municipal Permit and City Standards including any needed hydrology and hydraulic calculations, soils and geotechnical reports, spill prevention plan and manufacturers information and other data needed to clarify and support of the proposed storm water pollution prevention plan. Included with this template is a Tier 2 Construction SWPPP Required Elements Checklist that should be used by the qualified Construction SWPPP preparer during the preparation ofthe plan to ensure that all required elements are included into the plan. Tier 2 Constmction SWPPP Preparation Template 3/24/08 Tier 2 Construction SWPPP Site Assessment Form Project ID: Project Information: Project Name: Project Address/Location; Responsible Parties/Contact Information: Name of Preparer: Qualification of Preparer (Registration/Certification): Address: City/State/Zip Code: Phone Number: Name of Owner/Owner's Agent: Address: City/State/Zip Code: Phone Number: Name of Emergency Contact: (during construction) Address: City/State/Zip Code: Phone Number: Pagel of 10 Tier 2 Site Assessment Form 3/24/08 Site and Construction Activity Description: Construction Start Date: End Date: If work begins in rainy season or extends into rainy season, explain how project work can be scheduled can be altered to avoid rainy season impacts or to lessen exposure of site during rainy season: Grading Quantities: Cut: Export: CY Any Stockpile Proposed? _ CY; Fill: CY; Import: CY; Estimated duration of stockpile: Soils types: If yes, then estimate quantity: Months CY Does site contain a preponderance of soils with USDA-NRCS erosion factor kf greater than or equal to 0.4? Is a staging area proposed (yes/no)? If yes, then where is it located? Is concrete washout required (yes/no)? Where is it located? Any existing site contamination (yes/no)? Where is it located? Any vehicle storage, maintenance or fueling area proposed (yes/no)? Where is it located? Any de-watering operation proposed (yes/no)? Where is it located? Any other special operations proposed that may impair water quality (yes/no)? What and where? Page2 of 10 Tier 2 Site Assessment Form 3/24/08 Watershed Basin project drains to: • Buena Vista Lagoon • Agua Hedionda Lagoon • Encinas Creek • Batiquitos Lagoon • Pacific Ocean Is project drainage tributary to a CWA section 303(d) listed water body impaired for sediment (includes Buena Vista and Agua Hedionda Lagoons) (yes/no): If yes, describe additional controls that will be used on project site to mitigate for sediment impairments (if any): Is project inside or within 200 feet of an Environmentally Sensitive Area (yes/no): If yes, describe additional controls that will be used on project site to mitigate for potential storm water impacts (if any): Are any agency permits required (yes/no)? Check off permit types required: • Army Corps 404 permit • Regional Board Water Quality 401 Certification • Coastal Commission Certification • U.S. Fish and Wildlife Section 7 • Fish and Game Stream Alteration Agreement • Other list: Page3 of 10 Tier 2 Site Assessment Form 3/24/08 List materials that will be used on construction site and their handling and storage requirements Material Characteristics/Toxicity Handling requirements If any toxic or hazardous materials are proposed, then a spill prevention plan is required. Is a spill prevention plan required (yes/no)? If yes, attach spill prevention plan. Perceived Threat to Storm Water Quality rating: Using the Construction Threat Assessment Worksheet (attached as Appendix C to Section 3 (Construction SWPPP Standards and Requirements) of the City Storm Water Standards Manual, determine the projects Perceived Threat to Storm Water Quality rating. The Construction Threat to Storm Water Quality rating for this project is: • High • Medium Signature of Plan Preparer: Signature: Date: Print Name: Title: Attachments: • Storm Water Compliance Form - Tier 2 • Spill Prevention Plan • Hydrology and/or hydraulic study • Solis and/or geotechnical report(s) • Other. List: Page4 of 10 Tier 2 Site Assessment Fonn 3/24/08 BMP Selection: The following tables are provided to help identify and select appropriate site specific BMPs for the proposed project. Review the list of potential site construction activities and site conditions described along the left hand column of each sheet. Then, for each activity or site condition that is included in the proposed project, pick one or more of the BMPs described at the top of the form and place an X(s) in the box(es) that form(s) an intersection between the activity/site condition row and BMP column(s). All structural (physical facility) BMP's should be shown on the site plan in the Construction SWPPP drawing set. Any proposed no-structural BMP should be noted in the Special Notes on the Construction SWPPP drawing set. Pages of 10 Tier 2 Site Assessment Form 3/24/08 Erosion Control BMPs Wind Erosion BMPs BMP Description -> Scheduling Preservation of Existing Vegetation Hydraulic Mulch Hydroseeding Soil Binders Straw Mulch Geotextiles & Mats Wood Mulching Earth Dikes and Drainage Swales Velocity Dissipation Slope Drains Streambank Stabilization Polyacrylamide Wind Erosion Control CASQA Designation -> Construction Activity or Site Condition EC-1 EC-2 EC-3 EC-4 EC-5 EC-6 EC-7 EC-8 EC-9 EC-10 EC-11 EC-12 EC-13 WE-1 Cleared Areas Flat pad graded areas Graded slope areas Trenching/Excavation Stockpiling Drilling/Boring Conduit/Pipe Installation Substructure/Pad Installation Staging Area Existing onsite vegetated areas Drainage flow onto site Drainage flows off of site Drainage at top of slope Other (list): Page6 of 10 Tier 2 Site Assessment Form 3/24/08 Sediment Control BMPs BMP Description Silt Fence Sediment Basin Sediment Trap Check Dam Fiber Rolls Gravel Bag Berm Street Sweeping and Vacuuming Sandbag Barrier Straw Bale Barrier Storm Drain Inlet Protection Chemical Treatment CASQA Designation Construction Activity Or Site Condition SE-1 SE-2 SE-3 SE-4 SE-5 SE-6 SE-7 SE-8 SE-9 SE-10 SE-11 Cleared Areas Flat pad graded areas Graded slope areas Trenching/Excavation Stockpiling Drilling/Boring Conduit/Pipe Installation Substructure/Pad Installation Paving Staging Area Existing onsite vegetated areas Drainage flow onto site Drainage flows off of site Drainage at top of slope Other (list): Page7 of 10 Tier 2 Site Assessment Form 3/24/08 Tracking Control BMPs BMP Description Stabilized Construction Ingress/Egress Stabilized Construcion Roadway Ingress/Egress Tire Wash CASQA Designation Construction Activity V TR-1 TR-2 TR-3 Site Access point(s) Staging area access point(s) Maintenance access roads to BMPs Other (list): Page8 of 10 Tier 2 Site Assessment Form 3/24/08 Non-Storm Water Management BMPs BMP Description -> Water Conservation Practices Dewatering Operations Paving and Grinding Operations Temporary Stream Crossing Clear Water Diversion Illicit Connection/Discharge Potable Water/lnrigation Vehicle and Equipment Cleaning Vehicle and Equipment Fueling Vehicle and Equipment Maintenance Pile Driving Operations Concrete Curing Concrete Finishing Material and Equipment Use Demolition Adjacent to Water Temporary Batch Plants CASQA Designation Construction Activity & Site Conditions NS-1 NS-2 NS-3 NS-4 NS-5 NS-6 NS-7 NS-8 NS-9 o CO z T- 1 CO z CM CO z CO • CO z CO z IX) CO z CO CO z Landscaping & Irrigation Drilling/Boring Concrete/Asphalt Sawcutting Concrete flatwork Paving Wire, Cable & Connector Installation Site Housekeeping Staging Area Equipment Maintenance and Fueling Hazardous Substance Management Dewatering Steam crossing Material delivery Solid waste handling including trash and debris removal Concrete or stucco work Other (list): Page9 of 10 Tier 2 Site Assessment Form 3/24/08 Waste Management ai Contro id Materials Pollution BMPs BMP Description -> Material Delivery and Storage Material Use Stockpile Management Spill Prevention and Control Solid Waste Management Hazardous Waste Management Contaminated Soil Management Concrete Waste Management Sanitary/ Septic Waste Management Liquid Waste Management CASQA Designation -> Construction Activity And Site Conditions WM-1 WM-2 WM-3 WM-4 WM-5 WM-6 WM-7 WM-8 WM-9 WM-10 Landscaping & Irrigation Drilling/Boring Concrete/Asphalt Sawcutting Concrete flatwork Paving Wire, Cable & Connector Installation Site Housekeeping Staging Area Equipment Maintenance and Fueling Hazardous Substance Management Dewatering Steam crossing Material delivery Solid waste handling including trash and debris removal Concrete or stucco work Temporary porta-potties Other (list): PagelOof 10 Tier 2 Site Assessment Form 3/24/08 Tier 2 Construction SWPPP Required Elements Checklist Required Elements Required for Project Preparer Verification Construction SWPPP Drawing Set 1. Standard Storm Water Pollution Prevention Notes A. General Site Management Requirements Notes B. Rainy Season Site Management Requirements Notes C. Erosion Control Hydroseeding, Planting and Irrigation Notes D. Special site specific notes 2. City SWMP identification number affixed for high priority projects 3. Construction Threat to Storm Water Quality rating (high or medium inspection frequency required?) 4. Regional Water Board WDID Number shall be affixed for small linear utility projects as appropriate 5. Project Location 6. Legend 7. Description of work A. Quantities (cut, fill, import, export) B. Area of disturbance C. Site conditions description I) Soils type 8. Benchmark Information 9. Preparer's signature and seal as appropriate 10. City title block 11. Emergency contact name, company and phone number 12. Water shed project drains to listed 13. Site Plan A. Existing topographic and cultural features of site and immediate vicinity as appropriate B. Scale and north arrow C. Project boimdary and property lines D. Proposed grading contours and slopes clearly shown -••smtl^ Page I of2 Tier 2 Required Elements Checklist 3/24/08 E. Staging areas, equipment storage, refueling, stockpiling and maintenance areas identified F. Storm drain inlets, open channels and natural drainages and watercourses that flow onto or drain off of the project site clearly delineated G. Potential source points of pollutants (fueling locations, waste container areas, wash racks, hazardous materials storage, etc) H. Site access locations I. Proposed BMPs - location and description 1) Perimeter controls 2) Erosion controls 3) Sediment controls 4) Tracking controls 5) Non-storm water management controls 6) Waste management and materials pollution controls 7) Additional controls (as needed) 8) Advanced treatment methods (as needed) J. Toxic or hazardous material contamination or spill areas K. Existing site BMP installations 14. BMP detail drawings as needed Construction SWPPP Supplemental Documentation I. Storm Water Compliance Form for a Tier 2 Construction SWPPP completed and signed 2. Tier 2 Site Assessment Form completed and signed 3. Hydrology and hydraulic calculations (as needed for sediment basins and sizing of drainage swales to handle drainage during construction 4. Soils report (as needed when proposed BMP installation may affect ground water, slope stability or other geotechnical site condition) Page 2 of2 Tier 2 Required Elements Checklist 3/24/08 Appendix G Tier 2 Construction SWPPP Plan Review Checklist Construction SWPPP Standards and Requirements Rev 6/4/2008 Tier 2 Construction SWPPP Review Checklist PROJECT ID NO.. PLANCHECKER PROJECT NAME DRAWING NO. DATE 1st Chk 2nd Chk 3rd Chk Mylar Comments 1. CONSTRUCTION SWPPP DRAWING 1. ALL SHEETS A. Medium (to be reviewed at time of submission of final plan check) 1) 24"x36" mylar film with title block (Altemative medium may be approved by Deputy City Engineer or designee) 2) No "sticky-back", glued or taped on or together sections 3) Drawing with waterproof ink or photographically reproduced B. Drafting 1) Signed by the Qualified SWPPP Preparer 2) Marked with the name, address & telephone number of the Qualified SWPPP Preparer preparing the plan & date of preparation 3) Consecutively numbered & the total number of sheets shown 4) Lettered in a neat & legible style no lettering smaller than 1/8" 5) Title with the name & discretionary pemnit number of the City approval 6) Prepared to appropriate Scale(s) 7) Drawn as separate plans from Grading Plans, Building Plans or Improvement Plans 8) Use standard plans & details to maximum extent 9) Clearly designate between existing conditions & work proposed 10) Scale noted, north arrow & bar scale provided 11) No duplication of any section or detail letter designation. 2. TITLE SHEET A. Erosion Control Notes Provided 1) Standard Notes 2) Supplemental special notes B. Project Location 1) Legal description 2) Assessor's parcel number 3) Vicinity map (may be waived by Deputy City Engineer or designee) C. Legend 1) Symbols per County Standards V = Acceptable ' = Unclear, Provide More Data N/A = Not Applicable X = Not Acceptable (provide reason for unacceptabillty in comment section) Tier 2 Construction SWPPP Checklist 3/24/08 Page 1 of 5 TIER 2 CONSTRUCTION SWPPP - CHECKLIST DRAWING NO. PAGE: 2 0F5 1st Chk 2nd Chk 3nl Chk Mylar Commente ' 2) Every symbol used on the plans is shown in the legend 3) Every symbol description clear & unequivocal D. Description & Quantities of Work 1) Quantities for each item constructed or installed per these plans 2) Erosion control Structural BMPs 3) standard references listed E. Site Plan - (certain site plan requirements may be waived for projects not requiring a grading plan per the approval of the Deputy City Engineer or designee) 1) Full project site area shown (on one sheet if possible) 2) Adequate adjacent site area shown to cleariy indicate drainage courses that flow onto or off of the site 3) Topography extends minimum 15' beyond limits of wori< & over entire property 4) Existing contours and cultural features (sctBened back - 60% matte) 6) Proposed contours and cultural features 6) Existing & proposed contours cleariy differentiated 7) Slope symbols used only on slopes 2:1 or steeper 8) Degree of slope shown for all slopes 9) Fill slopes shaded 10) Proposed lot lines shown 11) Existing lot lines shown & dimensioned 12) Street name or designations F. Drainage Facilities and V\feiter Courses 1) Storm drains and inlets existing and proposed 2) Water courses and natural drainages shown with arrows indicating direction of flow 3) Down drains 4) Paved swales & tenrace drains shown with arrows indicating direction of flow 5) Existing and proposed basins G. Detail Drawings (Only when necessary. Generally refer to CASQA reference drawings) 1) Modifications to standard drawings (CASQA or others) should be detailed H. Proposed Stomi Water BMPs 1) BMPs shown in bold ink and cleariy visible 2) BMP notes and identifiers bolded and cleariy shown V-Acceptable ? = Unclear, Provide More Data N/A = Not Applicable X = Not Acceptable (provide reason for unacceptabillty In comment section) Her 2 Construction SWPPP Checklist 3/24/08 Page 2 of 5 TIER 2 CONSTRUCTION SWPPP - CHECKLIST DRAWING NO. PAGE: 3 0F5 1st Chk 2nd Chk 3rtl Chk Commits 3) Proper CASQA (or other standard) designations used 4) Perimeter control shown a. Flows onto site contained or diverted around constmction area b. Flows off-site mitigated through retention, dissipation or other means c. Perimeter silt fencing, fiber rolls or other sediment control BMP for sloped areas or areas of sheetflow 5) Erosion control shown a. Existing vegetation preserved where possible b. BMP specified for all sloped areas 3:1 or steeper c. Minimize area and duration of exposed soils 6) Sediment control shown a. Basin or other appropriate BMP shown for fiat areas less than 3:1 b. Onsite and offsite inlets protected with storm drain inlet protection, gravel bags or other appropriate BMP c. Onsite earth swales and water courses protected with check dams, gravel bags, fiber rolls or other appropriate BMP d. Additional contnsis proposed for sites draining directly to receiving waters 7) Tracking control shown a. Limit vehicle and equipment access points onto site b. Stabilized construction entrance called out on plan 8) Non-Stomi Water Management BMP indicated on plan a. Vehicle and equipment fueling and maintenance areas identified and protected b. Concrete Finishing and curing protections 9) Waste Management and Materials ContnsI BMPs a. Material Delivery and Storage BMPs indicated b. Stockpile management BMPs indicated c. Concrete mixer wash out BMP indicated 1. General Site Management 1) Ail weather access provide to basins and other BMPs that require cleaning or maintenance during rainy season V = Acceptable ? = Unclear, Provide More Data N/A = Not Applicable X = Not Acceptable (provide reason for unacceptabillty In comment section) Tier 2 Construction SWPPP Checklist 3/24/08 Page 3 of 5 TIER 2 CONSTRUCTION SWPPP - CHECKLIST DRAWING NO. PAGE: 4 0F5 1st Chk 2nd Chk 3rd Chk Mylar Comments ' 2) 24 hour telephone number for emergency erosion control person and name of specific individual with authority and responsibility for erosion control 3) Schedule for completion of installation of erosion control facilities 4) Erosion control planting & method of starting & maintaining growth (irrigation) 5) "Weather triggered" action plan for deploying BMPs with 48 hours of a predicted rain 6) Description of standby BMP materials plan J. Project Conditions of Approval (list if applicable.) 1) 2) 3. ADDITIONAL PLAN SHEETS (Additional plan sheets as required to adequately depict required BMP details or depict the site plan with an appropriate scale to cleariy show all existing and proposed features) II. SUPPLEMENTAL DOCUMiNTATION 1. STORM WATER COMPLIANCE FORM (properiy filled out and signed by Owner or Owner's Agent including appropriate City approval initial) 2. COMPLETED SITE ASSESSMENT FORM 3. SPILL PREVENTION PLAN (as required) 5. SOILS/GEOTECHNICAL INVESTIGATION REPORT (As needed for geotechnical safety. Follow fomiat indicated on Grading Plan Checklist when required) 6 CALCULATIONS (As needed for projects with sedimentation basins or significant on-site/off-site drainage flows to determine sizing of swales and potential for erosive velocities) A. All 1) All pages numbered 2) Total number of pages on each page 3) Each page labeled with the name address & telephone number of the preparing firm 4) Neat & legible 5) Indexed 6) In logical order 7) Cross-referenced to plans 8) Bound 9) Sturdy cover 10) Signed, sealed & dates of preparation and expiration of registration applied on report cover or on bound-in cover letter 11) Cover prominently labeled with subject, name & number of the discretionary permit for the project. V = Acceptab.e , = Unclear, Provide More OaU N/A = Not Applicable X = Not Acceptable (provide reason for unacceptabillty in comment section)^^ ^ ^^^^^^^^^^^ ^^^^^ Page 4 of 5 TIER 2 CONSTRUCTION SWPPP - CHECKLIST DRAWING NO. PAGE: 5 0F5 1st Chk 2nd Chk 3ftl Chk Mylar Commente B. Hydrology Per San Diego County Standards 1) 1984 rainfall intensity curves 2) Appropriate value of C 3) Appropriate design method a. U.S. Anny Corps of Engineers HEC series b. Soil Conservation Service Unit Hydrography c. Rational Method (Q=CIA) (0.5 sq. mile max) 4) Tl correctly completed 5) If conTectly completed 6) Tc con-ect 7) Six hour/24 intensities correctly balanced 8) Documentation provided or "plain english" output for computer generated reports C. Hydraulic 1) Documentation provided or "plain english" output for computer generated reports 2) Clear copies provided or all charts, maps, nomogrpahs or other graphic used 3) Cite general fomnula before inserting specific values (i.e. Q=AV; Q= 2.5 x 18 = 4.75 cfs) 7. ENGINEER'S ESTIMATE (Needed only for projects with grading plans. Follow grading plan checklist requirements) Additional Comments: Acceptable ? s unclear, Provide More Data N/A = Not Applicable X = Not Acceptable (provide reason for unacceptabillty in comment section) Tier 2 Construction SWPPP Checklist 3/24/08 Page 5 of 5 Appendix H Tier 1 Construction SWPPP Standard Template Construction SWPPP Standards and Requirements Rev 6/4/2008 CITY OF CARLSBAD STANDARD FORM - TIER 1 STORM WATER POLLUTION PREVENTION PLAN STORM WATER COMPT.IANrF. rFRTmCATE My project is not in a category of peimlt types exennpt from the Construction SWPPP requirements ^ My project is not located inside or withHi 200 feet of an environmentally sensitive area wHh a significant potential for contributing pollutants to nearby receiving waters by way of storm water runoff or non-stonn water discharge(s). V My project does not requires a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 ofthe Carlsbad Municipal Code) / My project will not result in 2,500 square feet or more of soils disturbance including any associated construction stagmg, stockpiling, pavement removal, equipment storage, refueling and maintenance areas that meets one or more ofthe additional following criteria: • located within 200 feet of an environmentally sensitive area or the Pacific Ocean; and/br, • disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 veitlcai; and/or • disturbed area is located along or within 30 feet of a storm drain inlet, an open drainage channel or waten»>urse; and/or • construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). I CERTIFY TO THE BEST OF MY KNOWLEDGE THAT ALL OF THE ABOVE CHECKED STATEMENTS ARE TRUE AND CORRECT. I AM SUBMITTING FOR CITY APPROVAL A TIER 1 CONSTRUCTION SWPPP PREPARED IN ACCORDANCE WITH THE REQUIREMENTS OF CITY STANDARDS. I UNDERSTAND AND ACKNOWLEDGE THAT I MUST: (1) IMPLEMENT BEST MANAGEMENT PRACTICES (BMPS) DURING CONSTRUCTION ACTIVmES TO THE MAXIMUM EXTENT PRACTICABLE TO MINIMIZE THE MOBILIZATION OF POUUTANTS SUCH AS SEDIMENT AND TO MINIMIZE THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND, (2) ADHERE TO, AND AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 1 CONSTRUCTION SWPPP THROUGHTOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. OWNER(SyOWNIR S AGENT NAME (PRINT) OWNER(SyOWNER S AOENT NAME (aONATURE) DATE STORM WATER POLLUTION PREVENTION NOTES 1. ALL NECESSARY EQUIPMENT AND MATERIALS SHALL BE AVAILABLE ON SITE TO FACILITATE RAPID INSTALLATION OF EROSION AND SEDIMENT CONTROL BMPS WHEN RAIN IS EMINENT. 2. THE OWNER/CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY ENGINEER AFTER EACH RUN- OFF PRODUCING RAINFALL. 3. THE OWNER/CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEERING OR BUILDING INSPECTOR DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 4. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT (40%). SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 5. ALL GRAVEL BAGS SHALL BE BURLAP TYPE WITH 3/4 INCH MINIMUM AGGREGATE. 6. ADEQUATE EROSION AND SEDIMENT CONTROL AND PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED. SPECL\L NOTES raOJECT INFORMATION Site Address: Assessor's Pared Number _ Project ID: Constraction Pennit No.: Estimated Constniclioii Start Date _ Project Duration Emergency Contact: Name: 24 hour Phone: Perceived Threat to Stonn Water Quality • Medium • Low If medium box is checked, must attach a site plan sheet showing proposed work area and location of proposed structural BMPs For City Use Only CITY OF CARLSBAD STANDARD TIER I SWPPP Approved By: Date: Page 1 of. Erosion Control BMPs Sediment Control BMPs Best Management Practice (BMP) Description Geotextiles S Mats | Wood Mulching Earth Dikes and Drainage Swales Slop* Drains | Silt Fence | 1 Sediment Trap j 1 Cheek Dam | 1 Fiber Rolls | 1 Gravel Beg Berm | Street Sweeping and Vacuuming 1 Sandbag Barrier | Storm Drain Inlet Protection Stabilized Construction Ingress/Egress Stabilized Constructon Roadway Water Conservation Practroes Paving and Grinding Operations 1 Potable Water/Irrigation Vehicle and Equipment Qeanlng Material Delivery and Storage 1 Material Use | 1 Stockpile Management Spill Prevention and Control SolM V\ikste Management Hazardous Waste Management Concrete waste Management CASQA Designation Construction Activity EC-7 1 \ EC-8 EC-9 EC-11 SE-1 { SE-3 1 SE-4 [ SE-5 \ SE-6 SE-7 1 SE-8 SE-10 TR-1 TR-2 NS-1 NS-3 1 NS-7 NS-8 WM-1 1 WM-2 1 WM-3 WM-4 WM-S WM-6 WM-8 GiadingfSaH Disturbance Trenching/Excavalion Stockpiling DriHng/Boring ConcreleMsphal Sawcutting Concrete llahMHk Paving ConduiiyPipe InstalatHXi Stucco/Mortar Woric Waste Disposal Staging/Lay Down Area Equipmenl Maintenance and Fueling Hazardous Substance Use/Storage Dewatering Site Access Across Dirt Other (Ist): Non-Storm ater Management BMPs Waste Management antf Materials Pollution Control BMPs Instructions: Begin by reviewing the list of construction activities and checking theboxtotheleftof any activity that will occur diuing the proposed construction. Add any other activity descriptioiis in the blank activity description boxes provided for that purpose and place a check in the box immediately to the left of the added activify description. For each activity descnibed, pick one or more best management practices (BMPs) from the list located alon tlie top of the fonn. Then place an X in the box at the place where the activity row intersects with the BMP column. Do this for each activity that was checked off and for each ofthe selected BMPs selected from the list For Exanqile - If the project includes site access across dirt, then check the box to the left of "Site Access Across Dirt". Then review the list for something that applies such as "Stabilized Construcion Ingress/Egress" under Tracking Contiol. Follow along the "Site Access Across Dirt" row until you get to the "Stabilized Construction Ingiess/Egiess" cobmn and place anXinthebox wheiethe two meet As another example say the project included a stockpile that you intend to cover with a plastic sheet Since plastic sheeting isnotontbelistof BMPs, then write in "Cover with Plastic" in the blank column under the heading Erosion Control BMPs. Then place an X in the box where "Stockpiling" row intersects the new "Cover with Plastic" colunm. To learn more about what each BMP description means, you may wish to review the BMP Reference Handout prepared to assist appUcants in the selection of appropriate Best Management Practice measures. The reference also expbiins tte Califomia Stormwater Quality Association (CASQA) designation and how to apply the various selected BMPs to a project Page 2 of ft S Scale of map Site Map Features displayed on tlie map must include: • An outline of the entire property • Location and brief description of construction activi^ areas (e.g. grading, building, trenching, Aieling areas, waste container area, wash racks, hazardous material storage areas, etc.) • Location and flow direction arrows for existing drainage facilities (ditches, channels, inlets, storm drains, etc.) • Location of existing storm water BMP controls (sediment basins, oil/ water separators, sumps, etc.) • Legation of proposed storm water BMP controls with brief description or legend reference Page 3 of_ Appendix City Standard Storm Water Pollution Prevention Notes Construction SWPPP Standards and Requirements Rev 6/4/2008 STORM WATER POLLUTION PREVENTION GENERAL SITE MANAGEMENT REQUIREMENTS THE FOLLOWING GENERAL SITE MANAGEMENT REQUIREMENTS SHALL BE ADHERED TO THROUGHOUT THE DURATION OF THE CONSTRUCTION WORK (YEAR ROUND): 1. IN CASE EMERGENCY WORK IS REQUIRED, CONTACT FROM AT . 2. DEVICES SHOWN ON CITY APPROVED PLANS SHALL NOT BE MOVED OR MODIFIED WITHOUT THE APPROVAL OF THE ENGINEERING INSPECTOR. 3. THE CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY ENGINEER AFTER EACH RUN-OFF PRODUCING RAINFALL. 4. THE CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEER DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 5. THE CONTRACTOR SHALL BE RESPONSIBLE AND SHALL TAKE NECESSARY PRECAUTIONS TO PREVENT PUBLIC TRESPASS ONTO AREAS WHERE IMPOUNDED WATERS CREATE A HAZARDOUS CONDITION. 6. GRADED AREAS AROUND THE PROJECT PERIMETER MUST DRAIN AWAY FROM THE FACE OF SLOPE AT THE CONCLUSION OF EACH WORKING DAY. 7. 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. 8. ALL GRAVEL BAGS SHALL BE BURLAP TYPE WITH 3/4 INCH MINIMUM AGGREGATE. 9. ALL GRADED AREAS MUST HAVE EROSION CONTROL PROTECTION BEST MANAGEMENT PRACTICE MEASURES PROPERLY INSTALLED. 10. ADEQUATE PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED. 11. ADEQUATE SEDIMENT CONTROL BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED. 12. ADEQUATE MEASURES TO CONTROL OFFSITE SEDIMENT TRACKING MUST BE INSTALLED AND MAINTAINED. 13. A MINIMUM OF 125% OF THE MATERIAL NEEDED TO INSTALL STANDBY BEST MANAGEMENT PRACTIVE MEASURES TO PROTECT THE EXPOSED AREAS FROM EROSION AND PREVENT SEDIMENT DISCHARGES, MUST BE STORED ONSITE. AREAS ALREADY PROTECTED FROM EROSION USING PHYSICAL STABILIZATION OR ESTABLISHED VEGETATION STABILIZATION MEASURES ARE NOT CONSIDERED TO BE "EXPOSED" FOR PURPOSES OF THIS REQUIREMENT. standard Construction SWPPP Notes 3/24/08 14. THE OWNER/DEVELOPER/CONTRACTOR MUST HAVE AN APPROVED "WEATHER TRIGGERED" ACTION PLAN AND BE ABLE TO DEPLOY STANDBY BEST MANAGEMENT PRACTICE MEASURES TO COMPLETELY PROTECT THE EXPOSED PORTIONS OF THE SITE WITHIN 48 HOURS OF A PREDICTED STORM EVENT (A PREDICTED STORM EVENT IS DEFINED AS A FORECASTED, 40% CHANCE OF RAIN BY THE NATIONAL WEATHER SERVICE). ON REQUEST, THE OWNER/CONTRACTOR MUST PROVIDE PROOF OF THIS CAPABILITY THAT IS ACCEPTABLE TO THE CITY. 15. DEPLOYMENT OF PHYSICAL OR VEGETATION EROSION CONTROL MEASURES MUST COMMENCE AS SOON AS SLOPES ARE COMPLETED. THE OWNER/CONTRACTOR MAY NOT CONTINUE TO RELY ON THE ABILITY TO DEPLOY STANDBY BEST MANAGEMENT PRACTICE MATERIALS TO PREVENT EROSION OF SLOPES THAT HAVE BEEN COMPLETED. 16. UNLESS OTHERWISE SPECIFIED ON THE GRADING PLANS OR THE CONSTRUCTION STORM WATER POLLUTION PREVENTION PLAN DOCUMENTS, THE AREA THAT CAN BE CLEARED, GRADED, AND LEFT EXPOSED AT ONE TIME IS LIMITED TO THE AMOUNT OF ACREAGE THAT THE CONTRACTOR CAN ADEQUATELY PROTECT PRIOR TO A PREDICTED RAINSTORM. IT MAY BE NECESSARY TO DEPLOY EROSION AND SEDIMENT CONTROL BEST MANAGEMENT PRACTICE MEASURES IN AREAS THAT ARE NOT COMPLETED AND ARE NOT ACTIVELY BEING WORKED BEFORE ADDITIONAL GRADING IS ALLOWED TO PROCEED, AT THE DISCRETION OF THE PUBLIC WORKS INSPECTOR. RAINY SEASON SITE MANAGEMENT REQUIREMENTS (OCTOBER 1 - APRIL 30) THE FOLLOWING RAINY SEASON SITE MANAGEMENT REQUIREMENTS SHALL BE ADHERED TO THROUGHOUT THE RAINY SEASON DEFINED AS BEGINNING ON OCTOBER 1 OF ANY YEAR AND EXTENDING THROUGH APRIL 30^" OF THE FOLLOWING YEAR: 1. EROSION CONTROL, PERIMETER PROTECTION AND SEDIMENT CONTROL BEST MANAGEMETN PRACTICE MEASURES MUST BE UPGRADED IF NECESSARY TO PROVIDE SUFFICIENT PROTECTION FOR STORMS LIKELY TO OCCUR DURING THE RAINY SEASON. 2. EQUIPMENT AND WORKERS FOR EMERGENCY WORK SHALL BE MADE AVAILABLE AT ALL TIMES DURING THE RAINY SEASON. ALL NECESSARY MATERIALS SHALL BE STOCKPILED ON SITE AT CONVENIENT LOCATIONS TO FACILITATE RAPID CONSTRUCTION OF TEMPORARY DEVICES WHEN RAIN IS EMINENT. 3. ADEQUATE PHYSICAL OR VEGETATION EROSION CONTROL BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND ESTABLISHED FOR ALL COMPLETED SLOPES PRIOR TO THE START OF THE RAINY SEASON. THESE BEST MANAGEMENT PRACTICE MEASURES MUST BE MAINTAINED THROUGHOUT THE RAINY SEASON. IF A SELECTED BEST MANAGEMENT PRACTICE MEASURE FAILS, IT MUST BE REPAIRED AND IMPROVED, OR REPLACED WITH AN ACCEPTABLE ALTERNATE AS SOON AS IT IS SAFE TO DO SO. THE FAILURE OF A BEST MANAGEMENT PRACTICE MEASURE INDICATES IT WAS NOT ADEQUATE FOR THE CIRCUMSTANCES IN WHICH IT WAS USED. REPAIRS OR REPLACEMENTS MUST THEREFORE PUT A MORE ROBUST BEST MANAGEMENT PRACTICE MEASURE IN PLACE. Standard Construction SWPPP Notes 3/24/08 4. ALL VEGETATION EROSION CONTROL MUST BE ESTABLISHED PRIOR TO THE RAINY SEASON TO BE CONSIDERED AS A BEST MANAGEMENT PRACTICE MEASURE. 5. THE AMOUNT OF EXPOSED SOIL ALLOWED AT ONE TIME SHALL NOT EXCEED THAT WHICH CAN BE ADEQUATELY PROTECTED BY DEPLOYING STANDBY EROSION CONTROL AND SEDIMENT CONTROL BEST MANAGEMENT PRACTICE MEASURES PRIOR TO A PREDICTED RAINSTORM. 6. A DISTURBED AREA THAT IS NOT COMPLETED BUT THAT IS NOT BEING ACTIVELY GRADED MUST BE FULLY PROTECTED FROM EROSION IF LEFT FOR 10 OR MORE DAYS. THE ABILITY TO DEPLOY STANDBY BEST MANAGEMENT PRACTICE MEASURE MATERIALS IS NOT SUFFICIENT FOR THESE AREAS. BEST MANAGEMENT PRACTICE MEASURES MUST ACTUALLY BE DEPLOYED. EROSION CONTROL HYDROSEEDING. PLANTING AND IRRIGATION 1. ALL PERMANENT AND TEMPORARY EROSION CONTROL PLANTING AND IRRIGATION SHALL BE INSTALLED AND MAINTAINED AS REQUIRED IN SECTION 212 OF THE STANDARD SPECIFICATIONS AND THE FOLLOWING: A HYDROSEEDING SHALL BE APPLIED TO: 1 ALL SLOPES THAT ARE GRADED 6:1 (HORIZONTAL TO VERTICAL) OR STEEPER WHEN THEY ARE: a. THREE FEET OR MORE IN HEIGHT AND ADJACENT TO A PUBLIC WALL OR STREET. b. ALL SLOPES 4 FEET OR MORE IN HEIGHT. 2 AREAS GRADED FLATTER THAN 6:1 WHEN ANY OF THE FOLLOWING CONDITIONS EXIST: a. NOT SCHEDULED FOR IMPROVEMENTS (CONSTRUCTION OR GENERAL LANDSCAPING) WITHIN 60 DAYS OF ROUGH GRADING. b. IDENTIFIED BY THE PARKS AND RECREATION DIRECTOR AS HIGHLY VISIBLE TO THE PUBLIC. c. HAVE ANY SPECIAL CONDITION IDENTIFIED BY THE CITY ENGINEER THAT WARRANTS IMMEDIATE TREATMENT. B HYDROSEEDED AREAS SHALL BE IRRIGATED IN ACCORDANCE WITH THE FOLLOWING CRITERIA: 1 ALL SLOPES THAT ARE GRADED 6:1 OR STEEPER AND THAT ARE: a. THREE TO EIGHT FEET IN HEIGHT SHALL BE IRRIGATED BY HAND WATERING FROM QUICK COUPLERS/HOSE BIBS OR A CONVENTIONAL SYSTEM OF LOW PRECIPITATION SPRINKLER HEADS PROVIDING 100% COVERAGE. b. GREATER THAN 8 FEET IN HEIGHT SHALL BE WATERED BY A CONVENTIONAL SYSTEM OF LOW PRECIPITATION SPRINKLER HEADS PROVIDING 100% COVERAGE. 2 AREAS SLOPED LESS THAN 6:1 SHALL BE IRRIGATED AS APPROVED BY THE CITY ENGINEER, PRIOR TO HYDROSEEDING. THE DEVELOPER SHALL SUBMIT A PROPOSED SCHEME TO PROVIDE IRRIGATION TO THE CITY ENGINEER. THE PROPOSAL SHALL BE SPECIFIC REGARDING THE NUMBERS, TYPES, AND COSTS OF THE ELEMENTS OF THE PROPOSED SYSTEM. 3 IRRIGATION SHALL MAINTAIN THE MOISTURE LEVEL OF THE SOIL AT THE OPTIMUM LEVEL FOR THE GROWN OF THE HYDROSEEDED GROWTH. iii Standanj Constmction SWPPP Notes 3/24/08 C HYDROSEEDING MIX SHALL CONSIST OF ALL OF THE FOLLOWING: 1 SEED MIX SHALL CONSIST OF NO LESS THAN: a. 20 lbs. PER ACRE OF ROSE CLOVER b. 20 lbs. PER ACRE OF ZORRO FESCUE c. 3 lbs. PER ACRE OF E SCHOOL CIA CALIFORNICA d. 4 lbs. PER ACRE OF ACHILLEA MILLEFOLIA e. 3 lbs. PER ACRE OF ALYSSUM (CARPET OF SNOW) f. 1/2 lb. PER ACRE OF DIMORPHOLECA g. ITEMS c,d,e, AND f OF THIS SUBSECTION MAY BE OMITTED ON LOCATIONS WHERE THE AREA BEING HYDROSEEDED IS NOT VISIBLE FROM EITHER A PUBLIC STREET OR RESIDENTIAL STRUCTURES. h. ITEM a OF THIS SUBSECTION MUST BE INOCULATED WITH A NITROGEN FIXING BACTERIA AND APPLIED DRY EITHER BY DRILLING OR BROADCASING BEFORE HYDROSEEDING. i. ALL SEED MATERIALS SHALL BE TRANSPORTED TO THE JOBSITE IN UNOPENED CONTAINERS WITH THE CALIFORNIA DEPARTMENT OF FOOD AND AGRICULTURE CERTIFICATION TAG ATTACHED TO, OR PRINTED ON SAID CONTAINERS. j. NON-PHYTO-TOXIC WETTING AGENTS MAY BE ADDED TO THE HYDROSEED SLURRY AT THE DISCRETION OF THE CONTRACTOR. 2 TYPE 1 MULCH APPLIED AT THE RATE OF NO LESS THAN 2000 lbs PER ACRE. TYPE 6 MULCH (STRAW) MAY BE SUBSTITUTED, ALL OR PART, FOR HYDRAULICALLY APPLIED FIBER MATERIAL. WHEN STRAW IS USED, IT MUST BE ANCHORED TO THE SLOPE BY MECHANICALLY PUNCHING NO LESS THAN 50% OF THE STRAW INTO THE SOIL. 3 FERTILIZER CONSISTING OF AMMONIUM PHOSPHATE SULFATE, 16-20-0, WITH 15% SULPHUR APPLIED AT THE RATE OF 500 lbs. PER ACRE. D AREAS TO BE HYDROSEEDED SHALL BE PREPARED PRIOR TO HYDROSEEDING BY: 1 ROUGHENING THE SURFACE TO BE PLANTED BY ANY OR A COMBINATION OF: a. TRACK WALKING SLOPES STEEPER THAN 6:1 b. HARROWING AREAS 6:1 OR FLATTER THAT ARE SUFFICIENTLY FRIABLE. c. RIPPING AREAS THAT WILL NOT BREAK UP USING ITEMS a OR b ABOVE. 2 CONDITIONING THE SOILS SO THAT IT IS SUITABLE FOR PLANTING BY: a. ADJUSTING THE SURFACE SOIL MOISTURE TO PROVIDE A DAMP BUT NOT SATURATED SEED BED. b. THE ADDITION OF SOIL AMENDMENTS, PH ADJUSTMENT, LEACHING COVERING SALINE SOILS TO PROVIDED VIABLE CONDITIONS FOR GROWTH. E HYDROSEEDED AREAS SHALL BE MAINTAINED TO PROVIDE A VIGOROUS GROWTH UNTIL THE PROJECT IS PERMANENTLY LANDCAPED OR, FOR AREAS WHERE HYDROSEEDING IS THE PERMANENT LANDSCAPING, UNTIL THE PROJECT IS COMPLETED AND ALL BONDS RELEASED. iv standard Construction SWPPP Notes 3/24/08 ALL SLOPES SHALL HAVE IRRIGATION INSTALLED AND BE STABILIZED, PLANTED AND/OR HYDROSEEDED WITHIN TEN (10) DAYS OF THE TIME WHEN EACH SLOPE IS BROUGHT TO GRADE AS SHOWN ON THE APPROVED GRADING PLANS. SHOULD GERMINATION OF HYDROSEEDED SLOPES FAIL TO PROVIDE EFFICIENT COVERAGE OF GRADED SLOPES (90% COVERAGE) PRIOR TO OCTOBER 1, THE SLOPES SHALL BE STABILIZED BY AN APPROPRIATE EROSION CONTROL MATTING MATERIAL APPROVED BY THE PUBLIC WORKS INSPECTOR. LANDSCAPING SHALL BE ACCOMPLISHED ON ALL SLOPES AND PADS AS REQUIRED BY THE CITY OF CARLSBAD LANDSCAPE MANUAL, THE LANDSCAPING PLANS FOR THIS PROJECT, DRAWING NO! , AND/OR AS DIRECTED BY THE CITY ENGINEER OR PLANNING DIRECTOR. THE OWNER/APPLICANT SHALL ENSURE THAT ALL CONTRACTORS SHALL COORDINATE THE WORK OF THIS CONSTRUCTION SWPPP WITH THAT SHOWN ON ANY GRADING PLANS, LANDSCAPE AND IRRIGATION PLANS AND IMPROVEMENT PLANS AS REQUIRED FOR THIS PROJECT WORK. standard Construction SWPPP Notes 3/24/08 Appendix J Excerpts from EPA Guidelines for Selecting Construction BMPs /^ Construction SWPPP Standards and Requirements Rev 6/4/2008 Chapter 4: SWPPP Development—Selectin: Erosion and Sediment Control BMPs This document is not intended as an engineering or design manual on BMPs. The engineer or other quaUfied person that develops the details of your sediment and erosion control plan should be using the appropriate state or local specifications. The descriptions below provide a kind of checklist of the things to look for and some helpful installation and maintenance hints. Erosion and sediment controls are the structural and non-structural practices used during the construction process to keep sediment in place (erosion control) and to capture any sediment that is moved by stormwater before it leaves the site (sediment control). Erosion controls—keeping soil where it is—are the heart of any effective SWPPP. Your SWPPP should rely on erosion controls as the primary means of preventing stormwater pollution. Sediment controls provide a necessary second line of defense to properly designed and installed erosion controls. The suite of BMPs that you include in your SWPPP should reflect the specific condi- tions at the site. The information that you collected in the previous steps should help you select the appropriate BMPs for your site. An effective SWPPP includes a combination or suite of BMPs that are designed to work together. • This chapter presents a brief discussion of erosion and sediment control principles and a discussion of some commonly used BMPs. Ten Keys to Effective Erosion and Sediment Control (ESC) The ultimate goal of any SWPPP is to protect rivers, lakes, wetlands, and coastal waters that could be affected by your construction project. The following principles and tips should help you build an effective SWPPP. Keep in mind that there are many BMP options available to you. We have selected a few common BMPs to help illustrate the principles discussed in this chapter. Erosion Control (keeping the dirt in place) and Minimizing the Impact of Construction 1. Minimize disturbed area and protect natural features and soil 2. Phase construction activity 3. Control stormwater flowing onto and through the project 4. Stabilize soils promptly 5. Protect slopes Sediment Controls (the second line of defense) 6. Prot^ storm drain inlets 7. Establish periBi^ controls 8. Retain sediment on-site and control dewatering practices stabHized constructien exits maintain controls BMPs in Combination BMPs work much better when they are used in combination. For instance, a silt fence should not be used alone to address a bare slope. An erosion contro! BMP should be used to stabilize the slope, and the silt fence should serve as the backup BMP. 9. 10. What does this mean to me? Whefevei possible, rely on erosion controls to keep sediment in place. Back up thrjse erosion controls with sedimerit controls to ensure that sediment doesn't leave your site. Continually evaluate your BMPs. Are they pertorming well? Could the addition of a supplemental BMP improve performance? Should you replace a BMP with anoffier one that migfit work better-^ Using BMPs in series also gives you some protection in case one BMP should fail. Erosion Control and Minimizing the Impact of Construction ESC Principle 1: Minimize disturbed area and protect natural features and soil. As you put together your SWPPP, carefully consider the natural features of the site that you assessed in Chapter 3. By carefully delineating and controlling the area that will be disturbed by grading or construction activities, you can greatly reduce the potential for soil erosion and stormwater pollution problems. Limit disturbed areas to only those necessary for the construction of your project. Natural vegetation is your best and cheapest erosion control BMP. Protecting and preserving topsoil is also a good BMP. Removing topsoil exposes underlying layers that are often more prone to erosion and have less infiltration capacity. Keeping topsoil in place preserves the natural structure of the soils and aids the infiltration of stormwater. Figure 7. Protect vegetated buffers by using silt fence or other sediment controls. ESC Principle 2: Phase construction activity. Another technique for minimizing the duration of exposed soil is phasing. By scheduling or sequencing your construction work and concentrating it in certain areas, you can minimize the amount of soil that is exposed to the elements at any given time. Limiting the area of disturbance to places where construction activities are underway and stabilizing them as quickly as possible can be one of your most effective BMPs. ESC Principle J: Control stormwater flowing onto and through your project. Plan for any potential stormwater flows coming onto the project area from upstream locations, and divert (and slow) flows to prevent erosion. Likewise, the volume and velocity of on-site stormwater runoff should be controlled to minimize soil erosion. Example BMP: Diversion Ditches or Berms Description: Diversion ditches or berms direct runoff away from unprotected slopes and may also direct sediment-laden runoff to a sediment-trapping structure. A diversion ditch can be located at the upslope side of a construction site to prevent surface runoff from entering the disturbed area. Ditches or berms on slopes need to be designed for erosive velocities. Also, ensure that the diverted water is released through a stable outlet and does not cause downslope or downstream erosion or flooding. Installation Tips: • Divert run-on and runoff away from disturbed areas • Ensure that the diversion is protected from erosion, using vegetation, geotextiles, or other appropriate BMPs • Divert sediment-laden water to a sediment-trapping structure • Use practices that encourage infiltration of stormwater runoff wherever possible Maintenance: • Inspect diversions and berms, including any outlets, regularly and after each rainfall • Remove any accumulated sediment Figure 8. Illustration of a construction berm to divert stormwater away from the disturbed construction area. 1.1 ESC Principle 4: Stabilize soils promptly. Where construction activities have temporarily or permanently ceased, you should stabilize exposed soils to minimize erosion. You should have stabilization measures in place after grading activities have ceased (many permits require stabilization within a specified time frame). You can provide either temporary or permanent cover to protect exposed soils. Temporary measures are necessary when an area of a site is disturbed but where activities in that area are not completed or until permanent BMPs are established. Topsoil stockpiles should also be protected to minimize any erosion from these areas. Temporary-cover BMPs include temporary seeding, mulches, matrices, blankets and mats, and the use of soil binders (there may be additional state and local requirements for the use of chemical-based soil binders). Permanent-cover BMPs include permanent seeding and planting, sodding, channel stabilization, and vegetative buffer strips. Silt fence and other sediment control measures are not stabilization measures. ll SWPPP Tip! Final Stabilization Once construction activity in an area is completed and the area is stabilized (typically by achieving 70 percent permanent vegetative cover), you can mark this area on your SWPPP and discontinue inspections in that area. By bringing areas of your site to final stabilization, you can reduce your workload associated with maintaining and inspecting BMPs. For more information on final stabilization, see Chapter 9. Water regularly, if needed, to ensure quick growth Maintain backup BMPs, such as silt fence or settling ponds Wind Control BMPs In areas where dust control is an issue, your SWPPP should include BMPs for wind-erosion control. These consist of mulching, wet suppression (watering), and other practices. ESC Principle 5: Protect slopes. Protect all slopes with appropriate erosion controls. Steeper slopes, slopes with highly erodible soils, or long slopes require a more complex combination of controls. Erosion control blankets, bonded fiber matrices, or turf reinforcement mats are very effective options. Silt fence or fiber rolls may also be used to help control erosion on moderate slopes and should be installed on level contours spaced at 10- to 20-foot intervals. You can also use diversion channels and berms to keep stormwater off slopes. Example BMP: Rolled erosion control products Description: Erosion control products include mats, geotextiles, and erosion control blankets and products that provide temporary stabilization and help to establish vegetation on disturbed soils. Such products help control erosion and help establish vegetation and are often used on slopes, channels, or stream banks. Example BMP: Temporary Seeding Description: Temporarily seeding an area to establish vegetative cover is one of the most effective, and least expensive, methods of reducing erosion. This approach, as a single BMP, might not be appropriate on steep slopes, when vegetation cannot be established quickly enough to control erosion during a storm event, or when additional activities might occur soon in the area. Installation Tips: • Seed and mulch area (the mulch provides temporary erosion protection by protecting the soil surface, moderating temperature, and retaining moisture while seeds germinate and grow) Figure 9. Illustration of erosion control blankets installed on slope. Figure 10. illustration of a fiber roll installation along a slope. Installation Tips: • Use rolled erosion-control products on slopes steeper than 3 to 1 (horizontal to vertical) and in swales or long channels ' Trench the top of the blanket into the ground to prevent runoff from flowing under the blanket • Overlap the lower end of the top mat over the top of the downslope mat to ensure that runoff stays on top of the blankets and mats • Staple blankets and mats according to specifications Maintenance: • Periodically inspect for signs of erosion or failure • Repair the blanket or mat if necessary • Continue inspections until vegetation is established at the level required to qualify as final stabilization ESC Principle 6: Protect storm drain inlets. Protect all inlets that could receive stormwater from the project until final stabilization of the site has been achieved. Install inlet protection before soil-disturbing activities begin. Maintenance throughout the construction process is important. Upon completion of the project, storm drain inlet protection is one of the temporary BMPs that should be removed. Storm drain inlet protection should be used not only for storm drains within the active construction project, but also for storm drains outside the project area that might receive stormwater discharges from the project. If there are storm drains on private property that could receive stormwater runoff from your project, coordinate with the owners of that property to ensure proper inlet protection. Example BMP: Storm Drain Inlet Protection Description: Storm drain inlet protection prevents sediment from entering a storm drain by surrounding or covering the inlet with a filtering material. Several types of filters are commonly used for inlet protection: silt fence, rock-filled bags, or block and gravel. The type of filter used depends on the inlet type (for example, curb inlet, drop inlet), slope, and volume of flow. Many different commercial inlet filters are also available. Some commercial inlet filters are placed in front of or on top of an inlet, while others are placed inside the inlet under the grate. RulWff Figure 11. Illustration of a storm drain inlet with rock-filled bags filtering stormwater. Installation Tips: • Install inlet protection as soon as storm drain inlets are installed and before land-disturbance activities begin in areas with existing storm drain systems • Protect all inlets that could receive stormwater from your construction project • Use in conjunction with other erosion prevention and sediment control BMPs— remember, inlet protection is a secondary BMP! • Design your inlet protection to handle the volume of water from the area being drained. Ensure that the design is sized appropriately. Maintenance: • Inspect inlets frequently and after each rainfall i Remove accumulated sediment from around the device and check and remove any sediment that might have entered the inlet Replace or repair the inlet protection if it becomes damaged Sweep streets, sidewalks, and other paved areas regularly SWPPP Tip! storm drain inlet protection should never be used as a primary BMP! Use erosion control techniques such as hydromulching or erosion- control blankets to prevent erosion. Use inlet protection and other sediment control BMPs as a backup or last line of defense. ESC Principle 7: Establish perimeter controls. Maintain natural areas and supplement them with silt fence and fiber rolls around the perimeter of your site to help prevent soil erosion and stop sediment from leaving the site. Install controls on the downslope perimeter of your project (it is often unnecessary to surround the entire site with silt fence). Sediment barriers can be used to protect stream buffers, riparian Figure 12. Illustration of proper techniques to use in installing silt fence. areas, wetlands, or other waterways. They are effective only in small areas and should not be used in areas of concentrated flow. Example BMP: Silt Fence and Fiber Rolls Description: A silt fence is a temporary sediment barrier consisting of a geotextile attached to supporting posts and trenched into the ground. Silt fencing is intended to retain sediment that has been dislodged by stormwater. It is designed only for runoff from small areas and is not intended to handle flows from large slopes or in areas of concentrated flow. Fiber rolls serve the same purpose and consist of an open mesh tubular sleeve filled with a fibrous material which traps sediment. Fiber rolls are generally staked to the ground. Installation Tips: DO: • Use silt fence or fiber rolls as perimeter controls, particularly at the lower or down slope edge of a disturbed area • Leave space for maintenance between toe of slope and silt fence or roll • Trench in the silt fence on the uphill side (6 inches deep by 6 inches wide) • Install stakes on the downhill side of the fence or roll • Curve the end of the silt fence or fiber roll up-gradient to help it contain runoff DON'T: • Install a silt fence or fiber rolls in ditches, channels, or areas of concentrated flow • Install it running up and down a slope or hill • Use silt fencing or fiber rolls alone in areas that drain more than a quarter-acre per 100 feet of fence Maintenance: • Remove sediment when it reaches one- third of the height of the fence or one- half the height of the fiber roll • Replace the silt fence or roll where it is worn, torn, or otherwise damaged • Retrench or replace any silt fence or roll that is not properly anchored to the ground ESC Principle 8: Retain sediment on-site and control dewatering practices. Sediment barriers described in ESC Principle 7 can trap sediment from small areas, but when sediment retention from a larger area is required, consider using a temporary sediment trap or sediment basin. These practices detain sediment-laden runoff for a period of time, allowing sediment to settle before the runoff is discharged. Proper design and maintenance are essential to ensure that these practices are effective. !rap and itatm length 2« oi we Figure 13. Illustration of a sediment basin You should use a sediment basin for common drainage locations that serve an area with 10 or more acres disturbed at any one time. The basin should be designed to provide storage for the volume of runoff from the drainage area for at least a 2-year, 24-hour storm (or 3,600 cubic feet of storage per acre drained, which is enough to contain 1 inch of runoff, if the 2-year, 24-hour calculation has not been performed). Check your permit for exact basin sizing requirements. Sediment basins should be located at low-lying areas of the site and on the down-gradient side of bare soil areas where flows converge. Do not put sediment traps or basins in or immediately adjacent to flowing streams or other waterways. Where a large sediment basin is not practical, use smaller sediment basins or sediment traps (or both) where feasible. At a minimum, use silt fences, vegetative buffer strips, or equivalent sediment controls for all down- gradient boundaries (and for those side-slope boundaries deemed appropriate for individual site conditions). Dewatering practices are used to remove ground water or accumulated rain water from excavated areas. Pump muddy water from these areas to a temporary or permanent sedimentation basin or to an area completely enclosed by silt fence in a flat vegetated area where discharges can infiltrate into the ground. Never discharge muddy water into storm drains, streams, lakes, or wetlands unless the sediment has been removed before discharge. Keep in mind that some states and local jurisdictions require a separate permit for dewatering activities at a site. ESC Principle 9: Establish stabilized con- struction exits. Vehicles entering and leaving the site have the potential to track significant amounts of sediment onto streets. Identify and clearly mark one or two locations where vehicles will enter and exit the site and focus stabilizing measures at those locations. Construction entrances are commonly made from large crushed rock. They can be further stabilized using stone pads or concrete. Also, steel wash racks and a hose-down system will remove even more mud and debris from vehicle tires. Divert runoff from wash areas to a sediment trap or basin. No system is perfect, so sweeping the street regularly completes this BMP Example BMP: Stabilized Construction Exit Description: A rock construction exit can reduce the amount of mud transported onto paved roads by vehicles. The construction exit does this by removing mud from vehicle tires before the vehicle enters a public road. undeiiner Figure 14. Illustration of a stabilized construction exit. You might also want to install a wheel wash when mud is especially difficult to remove or space doesn't allow sufficient tire revolutions (four or five are needed) before exiting the site. Direct wash water to a suitable settling area—do not discharge wash water to a stream or storm drain! Installation tips: • Ensure that the exit is at least 50 feet long (generally, the length of two dump trucks) and graded so runoff does not enter the adjacent street • Place a geotextile fabric under a layer of aggregate at least 6-12 inches thick. The stones or aggregate should be 3-6 inches in diameter • Train employees and subcontractors to use the designated construction exits. Empower your employees to provide directions to subcontractors and others that are not on the site every day Maintenance: • Replenish or replace aggregate if it becomes clogged with sediment • Sweep the street regularly ESC Principle 10: Inspect and maintain controls. Inspection and maintenance is just as important as proper planning, design, and installation of controls. Without adequate maintenance, erosion and sediment controls will quickly fail, sometimes after just one rainfall, and cause significant water quality problems and potential violations of the NPDES construction general permit. Your permit likely requires you to maintain your BMPs at all times. To do this effectively, you should establish an inspection and maintenance approach or strategy that includes both regular and spot inspections. Inspecting both prior to predicted storm events and after will help ensure that controls are working effectively. Perform maintenance or corrective action as soon as problems are noted. Inspection and maintenance of BMPs are addressed in more detail in Chapter 6. Other Sediment and Erosion Control Techniques As mentioned at the beginning of this chapter, there are many other erosion and sediment control techniques that can be used effectively. The BMPs highlighted in this chapter are among those more commonly used and highlight many general erosion and sediment control principles for which other BMPs may be used effectively. Check to see if your state or local government has developed a BMP design manual for detailed information on any BMP you are considering. Appendix D lists several good BMP design manuals. You can also find out more about various BMPs by visiting EPA's Menu of BMPs at www.epa. gov/npdes/menuofbmps The following BMPs are also commonly used at construction sites. Erosion control measures: • Surface roughening, trackwalking, scarifying, sheepsfoot rolling, imprinting • Soil bioengineering techniques (e.g., live staking, fascines, brush wattles) • Composting • Sodding Sediment control and runoff management measures: • Gravel bag barrier • Compost berm • Rock or brush filters • Baffles or skimmers in sediment basins to increase effectiveness • Lowering soil levels near streets and sidewalks to prevent runoff • Level spreaders • Energy dissipaters • Check dams Developing Your Stormwater Pollution Prevention Plan: A Guide for Construction Sites 23 Chapter 5: SWPPP Development—Selecting Good Housekeeping BMPs Six Key Pollution Prevention Principles for Good Housekeeping Construction projects generate large amounts of building-related waste, which can end up polluting stormwater runoff if not properly managed. The suite of BMPs that are described in your SWPPP must include pollution prevention (P2) or good housekeeping practices that are designed to prevent contamination of stormwater from a wide range of materials and wastes at your site. The six principles described below are designed to help you identify the pollution prevention practices that should be described in your SWPPP and implemented at your site. 1. Provide for waste management 2. Establish proper building material staging areas 3. Designate paint and concrete washout areas 4. Establish proper equipment/vehicle fueUng and maintenance practices 5. Control equipment/vehicle washing and allowable non-stormwater discharges 6. Develop a spill prevention and response plan P2 Principle 1: Provide for waste management. Design proper management procedures and practices to prevent or reduce the discharge of pollutants to stormwater from solid or liquid wastes that will be generated at your site. Practices such as trash disposal, recycling, proper material handling, and cleanup measures can reduce the potential for stormwater runoff to pick up construction site wastes and discharge them to surface waters. Provide convenient, well-maintained, and properly located toilet facilities. Provide for regular inspections, service, and disposal. Locate toilet facilities away from storm drain inlets and waterways to prevent accidental spills and contamination of stormwater. Treat or dispose of sanitary and septic waste in accordance with state or local regulations. Proper material use, storage, waste disposal, and training of employees and subcontractors can prevent or reduce the discharge of hazardous and toxic wastes to stormwater. Implement a comprehensive set of waste-management practices for hazardous or toxic materials, such as paints, solvents, petroleum products, pesticides, wood preservatives, acids, roofing tar, and other materials. Practices should include storage, handling, inventory, and cleanup procedures, in case of spills (see the following P2 principles). Figure 15. Illustration showing construction materials with secondary containment and overhead cover to prevent stormwater contamination. • This chapter presents a brief discussion of good housekeeping principles to consider to ensure your construction site does not contaminate stormwater runoff. As noted in Chapter 3, sediment is the principal pollutant of concern in stormwater discharges from construction sites. But, EPA's CGP and many state construction general permits require that the SWPPP describe good housekeeping measures for other pollutants that might be found on construction sites. This chapter discusses these measures. Waste Management Checklist Solid or Construction Waste ^ Designate trash and bulk waste-collection areas on-site Recycle materials whenever possible (e.g., paper, wood, concrete, oil) ^ Segregate and provide proper disposal options for hazardous material wastes ^ Clean up litter and debris from the construction site daily ^ Locate waste-collection areas away from streets, gutters, watercourses, and storm drains. Waste-collection areas (dump- sters, and such) are often best located near construction site entrances to minimize traffic on disturbed soils. Consider secondary containment around waste collection areas to further minimize the likelihood of contaminated discharges. Sanitary and Septic Waste ^ Provide restroom facilities on-site ^ Maintain clean restroom facilities and empty porta-johns regularly Provide secondary containment pans under porta-johns, where possible Provide tie-downs or stake downs for porta-johns In areas of high winds ^ Educate employees, subcontractors, and suppliers on locations of facilities ^ Do not discharge or bury wastewater at the construction site Inspect facilities for leaks, repair or replace immediately Hazardous Materials and Wastes ^ Develop and Implement emptoyee and subcontractor education, as needed, on hazardous and toxic waste handling, stor- age, disposal, and cleanup ^ Designate hazardous waste-collection areas on-site ^ Place all hazardous and toxic material wastes In secondary containment ^ Hazardous waste containers should be Inspected to ensure that all containers are labeled properly and that no leaks are present P2 Principle 2: Establish proper bailding material handling and staging areas. Your SWPPP should include comprehensive handling and management procedures for building materials, especially those that are hazardous or toxic. Paints, solvents, pesticides, fuels and oils, other hazardous materials or any building materials that have the potential to contaminate stormwater should be stored indoors or under cover whenever possible or in areas with secondary containment. Secondary containment prevents a spill from spreading across the site and include dikes, berms, curbing, or other containment methods. Secondary containment techniques should also ensure the protection of ground water. Designate staging areas for activities such as fueling vehicles, mixing paints, plaster, mortar, and so on. Designated staging areas will help you to monitor the use of materials and to clean up any spills. Training employees and subcontractors is essential to the success of this pollution prevention principle. SWPPP Tip! Material Staging Area Measures Your SWPPP should Include procedures for storing materials that can contritjute pollutants to stormwater. Consider the following: • Train eniployees and subcontractors in proper handling and storage practices • Designate site areas for storage. Provide storage In accordance with secondary containment relations and provide cover for hazardous materials when necessary. Ensure that storage containers are r^uiarly inspected tor leaks, corrosion, support or foundation failure, or any other signs of deterioration and tested for soundness • Reuse and recycle construction materials when possible P2 Principle 3: Designate washout areas. Concrete contractors should be encouraged, where possible, to use the washout facilities at their own plants or dispatch facilities. If it is necessary to provide for concrete washout areas on-site, designate specific washout areas and design facilities to handle anticipated washout water. Washout areas should also be provided for paint and stucco operations. Because washout areas can be a source of pollutants from leaks or spills. Developing Your Stormwater Pollution Prevention Plan: A Guide for Construction Sites 25 EPA recommends that you locate them at least 50 yards away from storm drains and watercourses whenever possible. Several companies rent or sell prefabricated washout containers, and some provide disposal of waste solids and liquids along with the containers. These prefabricated containers are sturdy and provide a more reliable option for preventing leaks and spills of wash water than self-constructed washouts. Alternatively, you can construct your own washout area, either by digging a pit and lining it with 10 mil plastic sheeting or creating an aboveground structure from straw bales or sandbags with a plastic hner. If you create your own structure, you should inspect it daily for leaks or tears in the plastic because these structures are prone to failure. Regular inspection and maintenance are important for the success of this BMP. Both self-constructed and prefabricated washout containers can fill up quickly when concrete, paint, and stucco work are occurring on large portions of the site. You should also inspect for evidence that contractors are using the washout areas and not dumping materials onto the ground or into drainage facilities. If the washout areas are not being used regularly, consider posting additional signage, relocating the facilities to more convenient locations, or providing training to workers and contractors. SWPPP Tip! Washout Area Measures Wtien concrete, paint, or stucco Is part of the construction process, consider these practices which will help prevent contamination of stormwater. Include the tocations of these areas and your maintenance and inspection procedures In your SWPPP. • Do not washout concrete trucks or equipment Into storm drains, streets, gutters, uncontalned areas, or streams • Establish washout areas and advertise their locations with signs • Provide adequate containment for the amount of wash water that will be used • Inspect washout structures dally to detect leaks or tears and to Identify when materials need to be removed • Dispose of materials property. The pretended method Is to allow the water to evaporate and to recycle the hardened concrete. Full service companies may provide dewatering services and should dispose of wastewater properly. Concrete wash water can be highly polluted. It should not be discharged to any surface water, storm sewer system, or allowed to infiltrate into the ground. It should not be discharged to a sanitary sewer system without first receiving written pemitssion from the system operator P2 Principle 4: Establish proper equipment/ vehicle fueling and maintenance practices. Performing equipment/vehicle fueling and maintenance at an off-site facility is preferred over performing these activities on the site, particularly for road vehicles (e.g., trucks, vans). For grading and excavating equipment, this is usually not possible or desirable. Create an on-site fueling and maintenance area that is clean and dry. The on-site fueling area should have a spill kit, and staff should know how to use it. If possible, conduct vehicle fueling and maintenance activities in a covered area; outdoor vehicle fueling and maintenance is a potentially significant source of stormwater pollution. Significant maintenance on vehicles and equipment should be conducted off-site. SWPPP Tip! Equipment/Vehicle Fueling and Maintenance Measures Consider the following practices to help prevent the discharge of pollutants to stormwater from equipment/vehicle fueling and maintenance. Include the locatk}ns of these areaus and your inspectton and maintenance procedures in your SWPPP. • Train employees and subcontractors in proper fueling procedures (stay with vehicles during fueling, proper use of pumps, emergency shut- off valves, and such) • Inspect on-site vehicles and equipment daily for leaks, equipment damage, and other service problems • Clearly designate vehicle/equipment service areas away from irmage ^cilrties and water- courses to prwent stormwater run-on and runoff • Use drip pans, drip ctoths, or absort}ent pads when replacing spent fluids • Collect all spent fluids, store in appropriate labeled containers in the proper storage areas, and recycle fluids whenever possible P2 Principle 5: Control equipment/vehicle washing and allowable non-stormwater discharges. Environmentally friendly wash- ing practices can be practiced at every con- struction site to prevent contamination of surface and ground water from wash water. Procedures and practices include using off-site facilities; washing in designated, contained areas only; eliminating discharges to the storm drain by infihrating the wash water or routing to the sanitary sewer; and train- ing employees and subcontractors in proper cleaning procedures. 26 Developing Your Stormwater Pollution Prevention Plan; A Guide for Construction Sites Non-Stormwater Runoff A construction ate might have sources of runoff that are not generated by stormwater. These non-stormwater discharges include fire t^drant flushir^, vehicle or equipment wash water (no detergents!), water used to control dust, and landscape irrigation. What does this mean to me? Take steps to infiltrate these sources of uncontami- nated water into tfie ground. You can also route tfiese sources of water to sediment ponds or detention basins or otherwise treat them with appropriate BMPs. SWPPP Tip! Equipment/Vehicle Washing Measures The following equipment/vehicle washing measures will help prevent stormwater pollution, include the location of your washing facilities and your inspection and maintenance procedures In your SWPPP. • Educate employees and subcontractors on proper washing procedures • Clearly mark the washing areas and inform workers that all washing must occur in this area • Contain wash water and treat and infiltrate It whenever possible • Use hi|^-pressure water spray at vehicle washing facilities wittiout any deta'gents because water can remove most dirt adequately • Do not conduct any other activities, such as vehicle repairs, in ttie wash area requirements and ensure that clear and concise spill cleanup procedures are provided and posted for areas in which spills may potentially occur. When developing a spill prevention plan, include, at a minimum, the following: • Note the locations of chemical storage areas, storm drains, tributary drainage areas, surface waterbodies on or near the site, and measures to stop spills from leaving the site • Specify how to notify appropriate authorities, such as police and fire departments, hospitals, or municipal sewage treatment facilities to request assistance • Describe the procedures for immediate cleanup of spills and proper disposal • Identify personnel responsible for implementing the plan in the event of a spill P2 Principle 6: Develop a spill prevention and response plan. Most state and EPA construction general permits require the preparation of spill prevention and response plans. Generally, these plans can be included or incorporated into your SWPPP. The plan should clearly identify ways to reduce the chance of spills, stop the source of spills, contain and clean up spills, dispose of materials contaminated by spills, and train personnel responsible for spill prevention and response. The plan should also specify material handling procedures and storage SWPPP Tipi Spill Prevention Measures Addittonal split preventton measures that will help prevent spills and leaks Include the foltowing: • Describe and list all types of equipment to be used to adequately clean up the spill • Provide proper handling and safety procedures for each type of waste • Establish an education prc^ram for employees and subcontractors on the potential hazards to humans and the environment from ^tis and leaks • Update tfie spill pr^ention plan and dean up materials as changes occur to the types of chemicals stored and used at the facility Spill Prevention, Control and Countemieasure (SPCC) Plan Construction sites may be subject to 40 CFR Part 112 regulations that require the preparation and implementation of a SPCC Plan to prevent oil spills from aboveground and underground storage tanks. Your facility Is subject to this rule if you are a nontransportation-related facility that: • Has a total storage capacity greater than 1,320 gallons or a completely buried storage capacity greater than 42,000 gallons and • CouW reaasnably t>e expected to discharge oil in quantities that may be harmful to navigable waters of the United States and adjoining shorelines Furthermore, if your facility is subject to 40 CFR Part 112, your SWPPP should reference the SPCC Plan. To find out more about SPCC Plans, see EPA's website on SPPC at www.epa.goy/oitspiii/spcc.htm What does this mean to me? Reporting Oil spills In the event of an oil spilt, you should contact the National Response Center toll free at 1-800-424- 8802 for assistance, or for more details, visit their website: www.nrc.uscg.mil/nrchp.html Developing Your Stormwater Pollution Prevention Plan: A Guide for Construction Sites 27 Appendix K Reference Documents Construction SWPPP Standards and Requirements Rev 6/4/2008 Construction SWPPP Reference Documents Document Title Website/Update Information General Construction Pennit National Pollution Discharge Elimination System (NPDES) General Pennit for Stonn Water Discharges Associated with Construction Activity (W^ter Quality Order No. 99-08-DWQ. NPDES No. CAS000002) issued by the State Water Resources Control Board htto://www.swrcb.ca.aov/stonnwtr/construction.html Once at the site click on the highlighted link titled "Construction General Permit, 99-08-DWQ'. An update to the 99-08 Order is under consideration General Linear Utility Pennit NPDES General Pennit for Stonn Water Discharges Assodated with Constmction Activity from Small Linear Underground/Overhead Projects, Water Quality Order No. 2003-0007 issued by the State Water Resources Control Board httD://www.swrcb.ca.aov/stonnwtr/construction.html Once at the site click on the highlighted link titled "Small LUP General Pennit". EPA Guide for Construction Sites Environmental Protection Agency (EPA) Developing Your Stonnwater Pollution Prevention Plan - A Guide for Construction Sites EPA 833- R-060-04 May 2007 httD://www.eDa.aov/nodes/swoDoauide CASQA Construction Handbook Califomia Stonnwater Quality Association (CASQA) Stormwater Best Management Practice Handbook Construction January 2003 httD://www.cabmDhandbooks.com Click on Constmction. Also check for Errata Sheets Caltrans Construction Site BMP Manual Califomia Department of Transportation (Caltrans) Stormwater Quality Handbook - Construction Site Best Management Practices March 1,2003 httD://www.dot.ca.aov/ha/constmc/stonnwater/stormwater1.htm Caltrans SWPPP/WPCP Preparation Manual Califomia Department of Transportation (Caltrans) Stonnwater Quality Handbook - Stonmwater Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual - Construction Site Best Management Practices (BMPs) Reference Manual March 2007 httD://www. dot.ca. aov/hq/constmc/stonnwater/stonnwater1. htm For a more complete listing of additional references and suggested resources on storm water pollution prevention planning, see the Suggested Resources List attached as Appendix D to Section 2 (Standard Urban Storm Water Mitigation Plan) included in the City of Carlsbad Storm Water Standards Manual. Construction SWPPP Reference Documents 3/24/08 ,^ DRIVEWAY WIDTH ^ (B) 8.0 FT. FOR 6.0 FT. SIDEWALK (OR GREATER) 6FT AND 8FT, SEE NOTE 4 TYPICAL PLAN 1/2" RADIUS 1 1/2 6" AGG. BASE (MIN.) CENTERLINE X-SECTIQN •—4" AGG BASE (MINIMUM) 1. THE RAMP SHALL HAVE A 12" WIDE BORDER WITH 1/4" DEEP SCORE LINES AND 1/8" RADIUS THE SPACING SHALL BE APPROXIMATELY 3/4" O.C. ' 2. • = ELEVATION SHOWN ON PLANS (TOP OF CURB, AND GUTTER ELEVATION) 3. ALL CONCRETE SHALL BE 560-C-3250 4. TRANSITION FROM FULL HEIGHT CURB TO NO CURB. * OR AS REQUIRED BY THE CITY ENGINEER APPROVED DATE CnXOFCARLSBAD ALLEY TYPE DRIVEWAY CITY ENGINEER 6-04 DATE SUPPLEMENTAL OH STANDARD NO. OO-ZlU LIMIT OF 2" GRIND (TYP.)_ _ _ \^ SAWCUT LINE TYPICAL ASPHALT CONCRETE FINISH COURSE SEE GS-28 EXISTING AC AND BASE LIMIT OF 2" GRIND (TYP.) ASPHALT CONCRETE BASE COURSE. SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPECIFICATIONS, AND CITY STANDARDS. NOTES: 1 THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS LESS THAN 25 INCHES. 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL. ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. 4. WHEN THE EDGE OF THE GRIND AREA IS WITHIN 24 INCHES OF EDGE OF PAVEMENT, ANY STRUCTURE, AN ADJACENT TRENCH PATCH OR OTHER PAVING JOIN LINE, THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN LINE. 5. WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH. THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE LINE OR EDGE OF PAVEMENT. REV. APPROVED DATE CITY OF CARLSBAD TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS LESS THAN 25" CITf ENGINEER ^ 2/10 DATE hm^ : GS-25 I SUPPLEMENTAL STANDARD NO. EXISTING AC AND BASE -ASPHALT CONCRETE FINISH COURSE SEE GS-28 LIMIT OF 2" GRIND (TYP.) ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPECIFICATIONS, AND CITY STANDARDS. NOTES: 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS FROM 26 INCHES TO 48 INCHES. 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. 4. WHEN THE EDGE OF THE GRIND AREA IS WITHIN 24 INCHES OF EDGE OF PAVEMENT ANY STRUCTURE, AN ADJACENT TRENCH PATCH, OR OTHER PAVING JOIN LINE, THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN LINE. 5. WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH. THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE LINE OR EDGE OF PAVEMENT. REV. APPROVED DATE CITY OF CARLSBAD l^oUc^T- UAxi^k 2/10 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" l^oUc^T- UAxi^k 2/10 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" CITY ENGIlJ^ER ^ DATE TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" SUPPLEMENTAL nO STANDARD NO. OO-ZO FULL ROAD WIDTH - GUTTER TO GUTTER ASPHALT CONCRETE FINISH COURSE, SEE GS-28 LIMIT OF 2" GRIND (TYP.) EXISTING AC AND BASE ASPHALT CONCRETE BASE COURSE. SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS. SPECIFICATIONS, AND CITY STANDARDS. NOTES: 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS GREATER THAN 48 INCHES 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION IREV. APPROVED DATE CITY OF CARLSBAD )SOLM-T- Jij^Ax^n^k 2/10 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS GREATER THAN 48" )SOLM-T- Jij^Ax^n^k 2/10 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS GREATER THAN 48" CITY ENGINEER DATE TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS GREATER THAN 48" SUPPLEMENTAL OO 07 STANDARD NO. OO-Z / STANDARD CAST IRON MANHOLE FRAME & COVER - SEE DWG. PAVEMENT OR MIN. SLOPE WIDTH SHALL EQUAI 12" WIDE X 6" THICK CLASS 560-C-3250 CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). VARIABLE B T JOINT DETAILS 'SEE DWG SI A ^'-^ CONCRETE RINGS AS REQUIRED TO MATCH GRADE. MAX.=ir. MIN.=5'', T0P=2-2 1/2" RINGS. MIN. DEPTH' PIPE DIA. SECTION C-C 3N B NOTES: • 4" MIN. 5' DIA. 8" SECTION A-A POUR BASE AGAINST 6-INCHES OF 3/4" CRUSHED. ROCK BASE CAST IN PLACE CONCRETE FOR BASE SHALL BE TYPE 560-B-3250. ALL PIPE IN MANHOLE SHALL BE PVC AND SHALL BE INCLUDED AS PART OF MANHOLE. MANHOLE SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 3 FEET BEYOND MANHOLE. SDR 35 PVC PIPE MAY BE INSTALLED IN STRAIGHT-THROUGH MANHOLES WITH NO JUNCTIONS. THE TOP SECTION OF PIPE SHALL BE REMOVED FLUSH WITH TOP OF SHELF. CUTS SHALL BE NEAT AND DRESSED MINIMIZING BURRS AND ROUGH EDGES. EACH SHAFT AND RISER JOINT SHALL BE SEALED PER JOINT DETAIL ON DWG S-1 A WITH BUTYL RUBBER SEALANT ROPE. WHEN MANHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT. SPECIAL CARE SHALL BE USED IN FORMING THE CHANNELS TO FACILITATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND AUGNMENT, FINISHED WITH SMOOTH SURFACE, AND MAINTAIN 0.2' DROP. NOT TO SCALE IREV. APPROVED DATE CITY OF CARLSBAD ^i.iLa/' 12/11 STANDARD SEWER MANHOLE ^i.iLa/' 12/11 STANDARD SEWER MANHOLE CITY ENGINEER DATE STANDARD SEWER MANHOLE SUPPLEMENTAL O 1 STANDARD NO. 0"l STANDARD CAST IRON MANHOLE FRAME & COVER - SEE DWG. NO. S4 12" WIDE X 6" THICK CONCRETE COLLAR, CLASS 560-C-3250 WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). PAVEMENT OR MIN. SLOPE WIDTH SHALL EQUAL INSIDE DIA. OF PIPE. ^ BENTONITE VARIABLE 5' DIA. MANHOLE TO BE CONSTRUCTED IN ACCORDANCE WITH S-1 AND THE FOLLOWING NOTES. INSTALL 1" WELD STRIPS WHERE T-LOCK IS V^LpED: I.E., TOP OF CHANNEL. SHAFT TO SHELF. "jURti BACK TO PIPE FACE. CORNERS. L I v> PVC TURN BACK ON PVC PIPING SHALL BE A MINIMUM OF 6". PVC TURN BACK SHALL BE HELD TIGHT TO ?^T?tTSES^NVr-'IEEL BAND MTH BOTH SURFACES. ADHESIVE APPLIED TO MANHOLE PROFILE PVC PIPE POUR BASE AGAINST 6-INCHES OF 3/4" CRUSHED ROCK BASE PVC UNING BUTYL RUBBER M/\NHOLE. CHANNEL RUBBER GASKET HLL WITH NON SHRINI GROUT PLAN PVC - USE PLASTIC MANHOLE COUPUNG FUSTIC MANHOLE COUPUNG 1* WEU) 4" JOINT y. MANHOLE/ BASE SECTION A-A PVC PIPE CUSS C TYPE • FIflJi MORTAIR 2:1 MASONRY SAND/ PLASTIC CEMENT JOINT DETAIL AU. CONCRETE TO CONCRETE JOINTS SHALL BE NOTCHED PIPE TO MANHOLE CONNECTION DETAIL NOT TO SCALE NO FL^AT SHEET PVC SHALL BE USED. FORM ^UITJTPPK OR ARROWLOCK ON SHELF AND SH^J^t'Ek.,. OVERLAP PVC ONTO MANHOLE SHAFT AND CHANNEL LINER; WELD TO BOTH AND COMPLETE WITH 1" WELD STRIPS. ^STALL NONSKID SURFACE ON MANHOLE SHELF. INSTAJ± PRE FORM AMER-PLATE 95Y PVC SLEEVE UNDER FRAME AT TOP OPENING. WELD 4" JOINT STRIPS AND RNISH BOTH EDGES WITH 1" WELD STRIPS. COMPLETE CONCRETE CHANNEL SHALL BE SPil^XSUSJED WITH FORMS AND ALL BUT THE LOWER 90* SHALL BE T-LOCK LINED. M.uX% .§y*ALL RUN VERTICAL AS IN THE MANHOLE SHAFT AND SHALL BE TACKED AT THE TERMINUS OF THE T-LOCK. SIDES AND ENDS OF THE BASE TO BE EITHER SYSTEM. VOLCLAY VOLTEX OR APPROVED EQUAL. ALL,UNER JOINTS SHALL BE HEAT WELDED BY^WELDERS CERTIFIED BY THE PVC MANUFACTURER. UNER WILL BE SPARK TESTED AT 20.000 VOLTS MIN. EPOXY COATING SYSTEM MAY BE USED IN LIEU OF PVC UNING FOR THE SHELF AND gy^,N.N^4tOFffiE MANHOLE. COATING SYSTEM iB^jWs'ffc^A? ^SPW"*^'^ SK§^WG'H'»LI""^^ REV. APPROVED DATE CITY OF CARLSBAD PVC LINED MANHOLE PVC LINED MANHOLE CITY ENGINEER DATE PVC LINED MANHOLE SUPPLEMENTAL O i A STANDARD NO. 0"IA 12" WIDE X 6" THICK CLASS 560-0-3250 CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). PAVEMENT OR STANDARD CAST IRON MANHOLE FRAME & COVER - SEE DWG. NO. 84. CEMENT IN PLACE WITH 1:2 MIX CEMENT MORTAR (TYPICAL). S S \ 4 SET CONE IN A THICK BED OF 1:2 MIX CEMCNT MORTAR SECTION A-A 6-INCHES OF 3/4" OF CRUSHED ROCK BASE. PLAN B-B INVERT SHALL BE TRUE TO GRADE AND AUGNMENT AND SHALL BE FINISHED WITH A SMOOTH SURFACL SPECIAL CARE SHALL BE USED TO FACILITATE FLOW OF SEWAGE THROUGH JUNCTION CHANNELS. INVERT • - _ ^. DEPTH=MIN. 3/4" PIPE DIA ALL CAST IN PLACE CONCRETE SHALL BE TYPE 5B0-B-3250. MANHOLE SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 3 FEET. SECTION C-C REV. APPROVED DATE CITY OF CARLSBAD ftfc^T ^1^^^ ikk^i SHALLOW MANHOLE ftfc^T ^1^^^ ikk^i SHALLOW MANHOLE CITY ENGINKR ^ DATE SHALLOW MANHOLE SUPPLEMENTAL C X STANDARD NO. U^J HALF PLAN FFIAME & COVER INNER COVER TOP SIDE 38 1/8"D 1 3/8"MIN. BOTTOM SIDE HALF SECTION FRAME & COVER NOTES: WBGHTS: INNER COVER OUTER COVER FRAME 1 1/2' «155 LBS. »300 LBS. =330 LBS. 3/4" ~ 24"D 2. 3- 4. 5. MATERIAL CAST IRON. MACHINE SEATS TO PREVENT NOISE. FILLET RADII TO BE 12*. IMPORTED COVERS ANO FRAMES SHALL HAVE CONTRY OF ORIGIN MARKING IN COMPIANCE VWTH FEDERAL REGULATIONS. T 1/4" 3 1/2^J ' 1-1/4- • 23 1/2"D —- FINISHED SECTION A-A RE:V. APPROVED DATE CITY OF CARLSBAD MANHOLE FRAME 8. COVER MANHOLE FRAME 8. COVER QTY ENGINE^ ^ DATE MANHOLE FRAME 8. COVER SUPPLEMENTAL O / STANDARD NO. 0"H APPENDIX H EWA, GROUNDWATER DISCHARGE PERMIT SAMPLE APPLICATION Encina Wastewater Authority SPECIAL USE DISCHARGE PERMIT APPLICATION Mail completed and signed application to: Encina Wastewater Authority 6200 Avenida Encinas Carlsbad, C A 92011 Phone: (760) 438-3941 Permit No. Reviewer _ Date SECTION A - GENERAL INFORMATION 9. 10. 11. 1. Company/Applicant Name: 2. Facility/Site Address: Street City Zip • Corporation • Partnership • Sole Proprietor 3. Corporate/Owner(s) Names: 4. Head Office Address: Street City Zip 5. Other Address(es): Street City (Circle: Mailing. Billing, Landlord, Property Manager, Property Owner, Pretreatment Equipment Operator, etc.) Zip (Attach Additional Sheet(s).) 6. Persons to contact conceming this application: (Indicate at which address contact may be reached: F - Facility, HO - Head Office, 0 - Other) Administration' Title Phone No. Ext. Address Inspection/Sampling Title Phone No. Ext. Address Other (Attach Additional Sheet(s).) Title Phone No. Ext. Address (Person Who Can Be Served Notice at the Site) Title Phone No. Ext. Address ' Person with signatoiy authority to whom legal documents should be directed. See Page 4 of application for signatory requirements and statement Sewer Agency: • Buena Sanitation District • City of Carlsbad • City of Encinitas • City of Vista • Leucadia Wastewater District • Vallecitos Water District Discharge Altematives: Provide a detailed description ofthe alternatives investigated for disposal including reasons why all other altematives were not chosen. Attach additional sheet(s). Environmental Risk or Health Hazard: Explain why the discharge is necessary to mitigate an environmental risk or health hazard or to protect the beneficial reuse of wastewater byproducts. Attach additional sheet(s). Waste Origm: The source of the proposed discharge is within the Encina Service Area. (Initial) Using the criteria established by regulations of the EPA and the State, the proposed discharge is not considered to be toxic hazardous. (Initial) or SECTION B - DISCHARGE CHARACTERISTICS WATER QUALITY INFORMATION Describe all present and past business or other activity(s) occurring at the facility/site that may have an effect on the water quality of the proposed discharge. Attach additional sheet(s). Describe the known or suspected pollutant source(s) and history of the wastewater contaminants. Attach additional sheet(s). Give common and technical names of any materials suspected to be present in the discharge. Briefly describe the physical and chemical properties and concentrations of each substance. Attach additional sheet(s) if necessary including all existing laboratory reports. Name Description Concentration I I I I I I I I 1 I I FLOW INFORMATION 1. Describe each proposed discharge by Well #, Pump # or Sample Point #. Attach additional sheet(s) if necessary. Well, Pump or Sample # Flow' Metered Estimated Discharge Type^ Daily Max Flow^ Peak Hydraulic FW Hours of Discharge Days of Discharge Discharge Period (Mom) Pretreat- ment (YorN) I I 3 - Maximum Gallons Per Discharge Day 4 - Instantaneous Maximum Gallons FLOW INFORMATION (Cont.) 2. Is the discharge from your system controlled: • Manually • Automatically 3. Describe any engineering controls and/or planned procedures for preventing flows greater than your pennitted amount from entering the sewer system. Attach additional sheet(s). .rif!«|.i 4. Is there any existing or planned discharge to stonn drains? DYes DNo If yes, list NPDES Permit Numbers(s) and attach a copy ofthe Monitoring and Reporting Requirements. 5. Describe your plan for mitigating the need to discharge to the sewer in the fiiture. Attach additional sheet(s). PRIORITY POLLUTANT INFORMATION Place an "x» by each listed chemical which may be present in your discharge. Some compounds are also known by other names Include the estimated concentration in mg/L, if known. • Asbestos (fibrous) • Cyanide (total) • Antimony (total) • Arsenic (total) • Beryllium (total) • Cadmium (total) • Chromium (total) • Copper (total) • Lead (total) • Mercury (total) • Nickel (total) • Selenium (totalO • Silver (totalO • Thallium (total) • Zinc(total) • Acenaphthene • Acenaphthylene • Acrolein • Acrylonitrile • Aldrin • Anthracene • Benzene • Benzidine • Benzo (a) anthracene • Benzo (b) fluoroanthene • Benzo (k) fluoroanthene • Benzo (g,h,i) perylene • Benzo (a) pyrene • a-BHC (alpha) • b-BHC(beta) • d-BHC (delta) • g-BHC (gamma) • Bis (2-chloroethyl) ether • Bis (2-chloroethoxy) methane • Bis (2-chloroisopropyl) ether • Bis (chloromethyl) ether • Bis (2-ethylhexyl) phthalate • Bromodichloromethane • Bromoform • Bromomethane • 4-bromophenyl phenyl ether • Butyl benzyl phthalate • Carbon tetrachloride • Chlordane • 4-chloro-3methylphenol • Chlorobenzene • Chloroethane • 2-chloroethyl vinyl ether • Chloroform • Chloromethane • 2-chloronaphthalene • 2-chlorophenol • 4-chlorophenyl phenyl ether • Chrysene • 4,4'-DDD • 4,4'-DDE • 4,4'DDT • Dibenzo (a,b) anthracene • Dibromochloromethane • 1,2-dichlorobenzene • 1,3-dichlorobenzene • 1,4-dichlorobenzene • 3,3'-dichlorobenzidine • 1,1-dichloroethane • 1,2-dichloroethane • 1,1-dichloroethylene • 1,2-trans-dichloroethylene • 2,4-dichlorophenol • 1,2-dichloropropane • 1,3-dichloropropylene • Dieldrin • Diethyl phthalate • 2,4-dimethyl phenol • Dimethyl phthalate • di-n-butyl phthalate • di-n-octyl phthalate • 4,6-dinitro-o-cresol • 2,4-dinitrophenol • 2,4-dinitrotoluene • 2,6-dinitrotoluene • 1,2-diphenylhydrazine • a-endosulfan (alpha) • b-endosulfan (beta) • Endosulfan sulfate • Endrin • Endrin aldehyde • Ethylbenzene • Fluoranthene • Fluorene • Heptachlor • Heptachlor epoxide • Hexachlorobenzene • Hexacholorobutadiene • Hexachlorocyclopentadiene • Hexachloroethane • Indeno (l,2,3-c,d) pyrene • Isophorone • Methylene chloride • Naphthalene • Nitrobenzene • 2-nitrophenol • 4-nitrophenol • n-nitrosodimethylamine • n-nitrosodi-n-propylamine • n-nitrosodiphenylamme • PCB-1016 • PCB-1221 • PCB-1232 • PCB-1242 • PCB-1248 • PCB-1254 • PCB-1260 • Pentachlorophenol • Phenanthrene • Phenol • Pyrene • 2,3,7,8-tetrachlorodibenzo-p-dioxin • 1,1,2,2-tetrachIoroethane • Tetrachloroethylene • Toluene • Toxaphene • 1,2,4-trichlorobenzene • 1,1,1-trichloroethane • 1,1,2-trichloroethane • Trichloroethylene • 2,4,6-trichlorophenol • Vinyl chloride SECTION C - DRAWING AND INFORMATION SUBMITTAL REQUIREMENTS (Diagrams may be submitted separately or combined as long as the required information is included.) Assessor's Parcel Number(s): Provide the parcel numbers for all properties in the affected drainage area. Facility/Site Diagram(s): Attach a diagram ofthe facility/site which includes the plume and/or drainage area, directional flow of water, all existing or proposed wells, pumps, sample points, flow meters, sewer drains, sewer laterals, manholes, discharge point(s), and containment stmctures (berms). 3. Wastewater Treatment Diagram(s): Attach a diagram of the wastewater pretreatment system (if any) and give expected pollutant removal efficiencies. Include engineering calculations supporting the sizing of the proposed pretreatment equipment. 4. Cleanup and Abatement Order: Attach a copy of any Cleanup and Abatement Order issued by any other regulatory agency having jurisdiction over the discharge, including the pretreatment proposed or required by that order. 5. Remediation Plan: Attach a copy of any proposed or approved Remediation Plan prepared for the property. 6. Sampling Schedule: Attach a proposed sampling schedule including sampling points and constituents. 7. Liens: Attach a copy of any liens against the property. 8. General Liability: Attach proof of general liability and environmental impairment liability insurance of at least $5,000,000 _ naming EWA and the Member Agencies as additional insureds, and covering all liability for damages resulting from the M discharge. m 9. Indemnity Agreement: Attach the signed Indemnity Agreement provided to you with this application. SECTION D - CERTIFICATION The certification statement below must be signed as required in items 1,2, 3 or 4 below: 1. By a responsible corporate officer, if the User submitting the reports is a corporation. For the purpose of this section, a responsible corporate officer means: a. a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any person who performs similar policy or decision-making functions for the corporation; or b. the manager of one or more manufacturing, production or operation facilities employing more than 250 persons or ^ having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 3. By the principal executive officer or director having responsibility for the overall operation of the discharging facility, if the User submitting the reports is a Federal, State, or local govemmental entity, or their agents. 4. By a duly authorized representative of the individual designated in item 1,2 or 3 of this section if: a. the authorization is made in writing by the individual described in item 1,2, or b. the authorization specifies either an individual or a position having responsibility for the overall operation of the facility from which the Discharge originates, such as the position of plant manager, operator of a well, or a well field superintendent, or a position of equivalent responsibility, or having overall responsibility for environmental matters for the company; and c. the written authorization is submitted to the Encina Wastewater Authority. "/ certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information including the possibility offines and imprisonment for knowing violations." ^^NATURE TITLE PRINT NAME DATE I I I I I I I I I 2. By a general partner or proprietor, if the User submittmg the reports is a partnership or sole proprietorship, respectively. | I I I I I I I ENCINA WASTEWATER AUTHORITY LOCAL DISCHARGE LIMITS CONSTITUENT: LIMIT: Cadmium 0.43 mg/L Chromium 3.50 mg/L Copper 4.40 mg/L Lead 1.80 mg/L Nickel 1.80 mg/L Silver 4.20 mg/L Zinc 6.20 mg/L BOD 500 lbs/day TSS 500 lbs/day Toxic Organics 2.00 mg/L Oil and Grease 400 mg/L pH 5.5- 11.0 units EPA APPROVED SAMPLING AND ANALYTICAL METHODS Pollutant Analytical Method Container^ Preservation Method Maximum Holding Time^ BOD or CBOD mi: P, G, FP Cool, 0-6°C 48 hours COD 41().4'^'"'"Rev 2.0, 5220C, 5220 D P Cool, 0-6°C, H2S04 to pH <2 28 days CN, A 4500-CN (G) P, G, FP Cool, 0-6°C NaOHtopH> 12 0.6g ascorbic acid^ 14 days CN.T 335.4 Rev 1.0 4500-CN (C,D,E. or F) P, G, FP Cool, 0-Q°C NaOHtopH> 12 0.6g ascorbic acid^ 14 days Metals Cd,Cr,Cu,Pb,Ni,Ag 3111B or C, 3113B, 3120B, 200.9 Rev 2.2, ^K^M- 200.8 Rev 5.4 P, G, FP HNO3 to pH < 2 Or HNO3 to pH < 2 at least 24 hours prior to analysis 6 months Zn 311 IB or C, 3120B, 289.2, i^^^l, 200.8 Rev 5.4, 3500 Zn (B, E, or F) Optional methods: Cd Cr Cu Pb Ni Ag 3500 Cd (D) 3500 Cr (B or D) 3500 Cu (B, C, D, or E) 3500 Pb (B or D) 3500 Ni (D) None Oil & Grease 1664A G Cool, 0-6X HCI or H2S04topH<2 28 days pH BHiW. 150.2 P. G, FP None Analyze within 15 min TDS mm P, G, FP Cool, 0-6°C 7 days TSS P, G. FP Cool, 0-6°C 7 days TTO 624, 625, 1624, 1625 G Cool, o-e^c 624/1624=HCItopH<2 624/1624=14 days 625/1625=7 days Pharm. Organics Acetone Methylene Chloride Ethyl acetate n-Amyl acetate Isopropyl acetate D3695, D4763, 524.2 502.2, 524.2 1666, D3695 1666, D3695 1666, D3695 G Cool, 0-6°C 1666/524.2=HCI to pH <2 502.2/524.2= 14 days 1666/03695= 14 days P' is polyethylene; "G" is Glass ; "FP" is Fluoropolymer, PTFE, or Telflon ^ Only added if residual chlorine is present. ^ Holding time starts at the end of the composite period. 3/10/2008 INDEMNITY AGREEMENT THIS AGREEMENT is made on , by and between the MEMBER AGENCY DISTRICT OR CITY AND THE ENCINA WASTEWATER AUTHORITY (hereinafter "Licensors"), and ^ (hereinafter "Licensee"); Licensors and Licensee shall sometimes hereinafter be referred to as the "Parties". RECITALS A. Licensors are the ov^ner/operator of the sev^^er treatment plant located at 6200 Avenida Encinas in Carlsbad, Califomia (the "Property") and the associated collection system; B. Licensee now desires to discharge to the sanitary sewer system as described in the Special Use Discharge Application attached hereto and made a part hereof. NOW THEREFORE, in consideration of the granting ofthe foregoing, the mutual premises, covenants, conditions and agreements hereinafter set forth, and other good and valuable consideration, the receipt and adequacy of which are acknowledged, the Parties agree as follows: Grant of License - Licensors hereby grant to Licensee, and its employees, representatives and contractors a non-exclusive Hcense (hereinafter the "License") to discharge to the sanitary sewer system as described hi Recitals Paragraph B above. This License shall commence on _ , and shall end on , unless the parties agree in wrifmg to extend the term ofthe License. Prior to the expiration of the License, Licensee shall, at its sole cost and expense, (a) permanently close the connection to the sanitary sewer system and (b) remove all debris resulting from operations. 2- Compliance with Laws - Licensee shall conduct all operations, which are the subject of this License in compliance v^th all federal, state, and municipal statutes and ordinances, and with all regulations, orders, and directives of appropriate govemmental agencies, as such statutes, ordinances, regulations, orders and directives now exist or provide. 3. Permits - Licensee, at no cost or expense to Licensors, shall be responsible for obtaining any and all govemmental permits and approvals, which may be necessary for it to conduct any work or activities under this License Agreement. 4. Liens and Claims - Licensee will not permit any mechanics', vendor's, or similar liens or claims to stand against the Licensors for labor or material furnished in connection with any work performed by Licensee under this License Agreement. Upon reasonable and timely notice of any such lien or claim delivered to Licensee, Licensee may bond and contest the validity and the amount of such lien, but Licensee will immediately pay any judgment rendered, will pay all proper costs and charges, and will have the lien or claim released at its sole expense. 5. Cooperation - Licensee agrees to coordinate its activities with Licensors to minimize any impairment of access by customers or business invitees of Licensors to the Property. 6. Indemnification - Licensee agrees that it will indemnify and hold Licensors, their officers, directors, agents and employees, harmless from and against any claims, demands, liens. 1 I actions, suits, judgments, losses, damages, attomey's fees, costs or expenses, and civil criminal or I administrative penalties based upon or arising out of or claimed to have arisen out of alleged acts, errors or omissions of Licensee or its authorized contractors, employees and agents in conducting . the activities under this License Agreement, including the activities authorized under the I Wastewater Discharge Permit issued by the Encina Wastewater Authority (EWA). This indemnification is expressly conditioned on the following- — I (a) In the event Licensors identify any matter to which this indemnification may apply or receive a notice or claim from any third party of such matter, it shall immediately, and in every m case within ninety (90) days of said notice or claim, notify Licensee in writing of such matter. | (b) Licensors shall cooperate with Licensee by allowing Licensee, its agents, • representatives, contractors and consultants, prompt and ready access to the sanitary sewer system | for the purpose of investigating any matter to which this indemnity may apply. Licensors shall provide Licensee with copies of all investigative reports, data or other information in any form • which Licensors, its consultants, agents or attomeys may have pertaining to any such matter, on | request of Licensee. (c) Notwithstanding anything ui this agreement to the contrary, in no event shall I Licensee be liable for any special, indirect or consequential damages, including but not limited to claims for loss of use, rents, anticipated profit or business opportunity, or business intermption or • mental or emotional distress or fear of mjury or disease. m I (d) This mdemnification shall survive termmation of this Agreement and expiration of the Permit and shall be effective until the expiration of any applicable statutes of limitations. Compliance with Wastewater Discharge Permit - Licensee agrees to comply with the • EWA Pretreatment Ordinance and the terms of the Wastewater Discharge Permit issued by the » EWA. Licensee shall not add to the sanitary sewer any material not authorized under the Permit. In the event Licensee adds any material to the sewer that causes a violation of EWA's NPDES I Permits, as defined in the EWA Pretreatment Ordinance, Licensee shall indemnify Licensors in " accordance with paragraph 6 above. I 8. Severability - In case any one or more of the provisions contained in this Agreement shall be invalid, illegal or unenforceable in any respect, the validity, legality, and enforceability ofthe ^ remaining provisions contamed herein shall not in any way be affected or impaired thereby. I 9. Notices - Any notice provided for herein or otherwise required to be given hereunder shall g be deemed received when personally served or three (3) days after mailing by certified or I registered United States mail, return receipt requested, postage prepaid, or by facsimile machine, with transmission and receipt confirmed, or by nationally recognized overnight delivery service, » addressed as follows: ' I To Licensors: Enema Wastewater Authority District or City m 6200 Avenida Encinas Address | Carlsbad, Califomia 92009 To Licensee: With Copies to: The person and place to which notices are to be mailed may be changed by either party by providing written notice of same to the other. 10. Assignment Successors and Assigns - This Agreement may be assigned by either party and in and in such event shall be binding upon and inure to the benefit ofthe Parties' respective representatives, successors and assigns. 11. Entire Agreement - This License Agreement represents the full, complete and entire agreement between the parties with respect to the subject matter hereof, and the rights and remedies ofthe Parties shall be solely and exclusively those herein contained, and in lieu of any remedies otherwise available at law or m equity. 12. Governing Law - This Agreement shall be constmed and interpreted and govemed by and in accordance v\dth the local law of the State of Califomia without reference to any choice of law, mles or policies which may refer the resolution of any dispute arising hereunder to the laws of any other jurisdiction. 13. Counterparts - This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, and all of which, taken together, shall constitute one and the same Agreement. IN WITNESS WHEREOF, the Parties have executed this License Agreement by their duly authorized representative on the date first above written. LICENSORS: LICENSEE: DISTRICT OR CITY & ENCINA WASTEWATER AUTHORITY By: By: Name: Name: Title: Title: Date: Date: 1 CONTRACT LABORATORY UST Associated Laboratories (714) 771-6900 ATS Laboratories (760) 344-2532 Clarkson Laboratory & Supply, Inc. (619)425-1932 Columbia Analytical (818) 587-5550 D-Tek Analytical Laboratories (858) 566-4540 Edward S. Babcock & Sons, Inc. (909) 653-3351 Enviromatrix Analytical, Inc. (858) 560-7717 Environmental Engineering Lab (619) 298-6131 Motile Laboratory Services (760) 929-8213 MWH Laboratories (626) 386-1100 Positive Lab Service (213) 745-5312 Test America (949)261-1022 *We8t Coast Analytical Service (Bodycote) (562) 948-2225 Western Solutions, Inc. (760) 931-8081 'Certified to perfonn testing on the five regulated phannaceutical organics: 1) Acetone 2) n-Amyl acetate 3) Ethyl acetate 4) Isopropyl acetate 5) Methylene chloride L:\SOURCE\Industry Handouts\Contract Lab List 022808.doc