Loading...
HomeMy WebLinkAboutSchilling Paradise Corp; 2013-07-03; PWS13-32UTILRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 9 DOCtt 20 lllllllllllllllllllllll 4-0379002 llllllllllll SEP 03, 2014 3.32 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE Ernest J. Dronenburg, Jr., COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2 The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address ofthe undersigned is 1200 Carlsbad Village Drive, Carlsbad, Califomia 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on June 24, 2014. 6. The name of the contractor for such work or improvement is Schilling Paradise Corp. 7 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: Park Drive Waterline Improvement and Northwest Quadrant Storm Drain Program, Project Nos. 5030, 6608 & 6013. 8. The street address of said property is on Park Drive in the City of Carlsbad. CITY OF CARLSBAD .CP. I/L jy<^\\y Engineqfr Patrick vmighan. Engineering Manager VFRIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on August 26 , 20 14 , 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 August 27 20l!L. at Carlsbad, California. CITY,OF CARLSBAf AB #21,720 Reso. 2014-213 fBARA ENGLESOf City Clerk Word\Masters\Forms\Notice of Completion (City) Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 iCiA DOCtt 2014-0379001 illl lililllllllllllllllllllll II lllllllllllllllll SEP 03, 2014 3:32 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE Ernest J. Dronenburg, Jr., COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: . 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. . . 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. ^ ^ ,.x 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4 The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on June 24, 2014. 6. The name of the contractor for such work of improvement is Schilling Paradise Corp. The property on which the work of improvement was completed is on Park Drive in the City of Carlsbad County of San Diego, State of California, and is described as the Park Dnve Waterline Improvement and Northwest Quadrant Storm Drain Program, Project Nos. 5030, 6608 & 6013. CARLSBAD MUNICIPAL WATER DISTRICT 7. 6jyv\M\o Works Director Patrick ^ughan, Engi VFRIFICATION OF SECRETARY neering Manager I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Carlsbad Village Drive Carlsbad, Califomia, 92008. The Executive Board of said District on August 26 , 2014, 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 August 27 20''^ at Carlsbad, Galifornia. GARLSBAD MUNICIPAL WATER DISTRICT AB #21,720 Reso. #1500 BARBARA ENGLESO!) Secretary CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 BID NO. PWS13-32UTIL 'm^ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 1 of 157 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 8 Contractor's Proposal 13 Bid Security Form 28 Bidder's Bond to Accompany Proposal 29 Guide for Completing the "Designation Of Subcontractors" Form 31 Designation of Subcontractor and Amount of Subcontractor's Bid Items 33 Bidder's Statement of Technical Ability and Experience 34 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 35 Bidder's Statement Re Debarment 36 Bidder's Disclosure of Discipline Record 37 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 38 Contract Public Works 40 Labor and Materials Bond 47 Faithful PerformanceA/Varranty Bond 49 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 51 Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 2 of 157 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 54 1-2 Definitions 54 1-3 Abbreviations 58 1-4 Units of Measure 61 1- 5 Symbols 62 Section 2 Scope and Control of the Work 2- 1 Award and Execution of Contract 63 2-2 Assignment 63 2-3 Subcontracts 63 2-4 Contract Bonds 64 2-5 Plans and Specifications 65 2-6 Work to be Done 69 2-7 Subsurface Data 69 2-8 Right-of-Way 69 2-9 Surveying 69 2-10 Authority of Board and Engineer 73 2- 11 Inspection 74 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 74 3-2 Changes I nitiated by the Agency 75 3-3 Extra Work.... 76 3-4 Changed Conditions 78 3- 5 Disputed Work 80 Section 4 Control of Materials 4- 1 Materials and Workmanship 83 4- 2 Materials Transportation, Handling and Storage 87 Section 5 Utilities 5- 1 Location 88 5-2 Protection 88 5-3 Removal 89 5-4 Relocation 89 5-5 Delays 90 5- 6 Cooperation 90 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 90 6-2 Prosecution of Work 95 6-3 Suspension of Work '. 95 6-4 Default by Contractor 96 6-5 Termination of Contract 96 6-6 Delays and Extensions of Time 96 Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 3 of 157 Pages 6-7 Time of Completion 97 6-8 Completion, Acceptance, and Warranty 98 6-9 Liquidated Damages 99 6- 10 Use of Improvement During Construction 99 Section 7 Responsibilities of the Contractor 7- 1 Contractor's Equipment and Facilities 99 7-2 Labor 99 7-3 Liability Insurance 100 7-4 Workers'Compensation Insurance 100 7-5 Permits 100 7-6 The Contractor's Representative 101 7-7 Cooperation and Collateral Work 101 7-8 Project Site Maintenance 101 7-9 Protection and Restoration of Existing Improvements 103 7-10 Public Convenience and Safety 104 7-11 Patent Fees or Royalties Ill 7-12 Advertising Ill 7-13 Laws to be Observed Ill 7- 14 Antitrust Claims Ill Section 8 Facilities for Agency Personnel 8- 1 General 112 8-2 Field Office Facilities 112 8-3 Field Laboratories 113 8- 4 Bathhouse Facilities 113 Section 9 Measurement and Payment 9- 1 Measurement of Quantities for Unit Price Work 113 9-2 Lump Sum Work 114 9-3 Payment 114 9-4 Bid Items 117 Revised 09/11/12 Contract No, 5030, 6608, & 6013 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 119 200- 2 Untreated Base Materials 120 Section 201 Concrete, Mortar and Related Materials 201- 1 Portland Cement Concrete 121 201-3 Expansion Joint Filler and Joint Sealants 121 Section 203 Bituminous Materials 203-6 Asphalt Concrete 123 203- 11 Asphalt Rubber Hot Mix (ARHM) Wet Process 124 Section 204 Lumber and Treatment with Preservatives 204- 1 Lumber and Plywood 124 Section 206 Miscellaneous Metal items 206-7 Traffic Signs 125 206-8 Light Gage Steel Tubing and Connectors 126 206- 9 Portable Changeable Message Sign 128 Section 207 Pipe 207- 2 Reinforced Concrete Pipe 129 207-9 Iron Pipe and Fittings 129 207-10 Steel Pipe 129 207-25 Underground Utility Marking Tape 130 Section 210 Paint and Protective Coatings 210-1 Paint 131 Section 213 Engineering Fabrics 213-2 Geotextiles 132 213- 3 Erosion Control Specialties 132 Section 214 Pavement Markers 214- 5 Reflective Pavement Markers 132 Part 3 Construction Methods Section 300 Earthwork 300-2 Unclassified Excavation 134 300-3 Structure Excavation and Backfill 136 300-4 Unclassified Fill 136 300-5 Borrow Excavation 137 300-9 Geotextiles for Erosion Control and Water Pollution Control 138 300- 13 Storm Water Pollution Prevention Plan 139 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301- 1 Subgrade Preparation 142 Section 302 Roadway Surfacing 302- 5 Asphalt Concrete Pavement 144 302-11 Asphalt Pavement Repairs and Remediation 145 Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 5 of 157 Pages Section 303 Concrete and Masonry Construction. 303-2 Air-Placed Concrete 146 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 146 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 147 306- 5 Abandonment of Conduits and Structures 150 Section 307 Street Lighting and Traffic Signals 307- 3 Street Lighting and Traffic Signals 151 Section 310 Painting 310-5 Painting Various Surfaces 151 310-7 Permanent Signing 152 Section 312 Pavement Marker Placement and Removal 312- 1 Placement 152 Section 313 Temporary Traffic Control Devices 313- 1 Temporary Traffic Pavement Markers... 153 313-2 Temporary Traffic Signing 153 313-3 Temporary Railing (Type K) and Crash Cushions 154 313-4 Measurement and Payment 155 Part 6 Modified Asphalt, Pavement and Processes 600-3 Rubberized Emulsion-Aggregate Slurry 156 Appendix A Sample Door Hanger Notification Card Appendix B California Coastal Commission Exemption Letter Appendix C Carlsbad Municipal Water District Approved Materials List Appendix D Carlsbad Modifications to San Diego Regional Standard Drawings Appendix E City of Carlsbad Municipal Water District and San Diego Regional Standard Drawings Appendix F Tier 2 Construction SWPPP Preparation Template Appendix G Geotechnical Reports Appendix H Standard Traffic Control Plans Appendix I Potholing Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 6 of 157 Pages TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01101 Supplemental Information 01200 Measurement and Payment 01360 Preconstruction Audio-Video Documentation 01450 Quality Control DIVISION 02 - SITE WORK 02020 Destruction and Abandonment of Wells 02060 Demolition of Asbestos Concrete Pipe (ACP) 02240 Dewatering 02620 Subdrainage and French Drains DIVISION 09 - FINISHES 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines (completed by City std.) 09900 Painting and Coating (completed by City std.) 09902 Petrolatum Wax Tape Coating (completed by City std.) DIVISION 15 - MECHANICAL 15000 General Piping System and Appurtenances 15041 Disinfection of Piping 15044 Hydrostatic Testing of Pressure Pipelines 15056 Ductile-Iron Pipe and Fittings 15057 Copper Tubing, Brass and Bronze Pipe Fittings 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 15064 Polyvinyl Chloride (PVC) AWWA C-900 Pressure Pipe 15074 Blowoff Assemblies 15092 Miscellaneous Couplings, Pipe and Appurtenances 15099 Process Valves, Regulators and Miscellaneous Valves 15100 Resilient Wedge Gate Valves (RWGV's) 15108 Air Release Valve, Air and Vacuum Valve and Combination Air Valve Assemblies (Sewage Air Release Valve?) 15112 Backflow Prevention Assemblies 15139 Fire Hydrants DIVISION 16 - ELECTRICAL 16640 Cathodic Protection by Sacrificial Anodes Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 7 of 157 Pages CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON MARCH 26, 2013, the Carlsbad Municipal Water District (District) shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Remove ACP wateriine, install 6", 10", and 12" PVC and 10" and 12" welded steel potable wateriine and appurtenances, removal and replacement of damaged subgrade, replace asphaltic concrete and Portland cement concrete, removal and replacement of 18" RCP storm drain, curb inlets, curb, gate sidewalk, install pedestrian ramps, and French drain system. PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 BID NO. PWS13-32UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Utilities Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. ^ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 8 of 157 Pages The Carlsbad Municipal Water District encourages the participation of minority and women- owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Resume ofthe Contactor's proposed'project superintendent 7. Acknowledgement of Addendum(a) 8. 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. 9. Bidder's Statement Re Debarment 10. Bidder's Disclosure Of Discipline Record 11. Escrow Agreement for Security Deposits -(optional, must be completed, after award, 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 $756,120. 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 District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Class A General Engineering •f^ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 9 of 157 Pages STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE Contractor or his designated subcontractor shall demonstrate, providing proof of their experience and technical ability 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: 1) Three (3) projects in the last (5) years totaling at least $1,000,000 each requiring construction of infrastructure and removing and replacing entire pavement section of similar size and complexity. 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 technical ability requirements may result in the bid being determined as non-responsive and or non-responsible. 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 ofthe Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $45 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 Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 10 of 157 Pages The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the District's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. 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 bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether ^¥ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 11 of 157 Pages owned, non-owned or hired, and whether scheduled or non-scheduled. .#••*"»- Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. 2013-019, adopted on the 8*^ day of January, 2013. February 12, 2013 Date Deputy City Clerk \¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 12 of 157 Pages CARLSBAD MUNICIPAL WATER DISTRICT PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 CONTRACTOR'S PROPOSAL ; ^^^^^D, WITNESSED AND Board of Directors Carlsbad Municipal Water District -^7/ ^ 1200 Carlsbad Village Drive f i5c2^j/j Carlsbad. Califomia 92008 \ ^ATE The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to fumish all labor, materials, equipment, transportation, and services required to do all the \Nork to complete Contract No. 5030, 6608, & 601 Sin accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take In full payment therefore the following unit prices for each Item complete, to wit: SCHEDULE "A" 5030 Wateriine Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-1 Mobilization at , . , Not to % 30iM^ % 3Di bOb^ -flik4v/flO(A^And^dklr^ Exceed ' ^ ^^m' 0J)M^ $30,000 (Price in Words) A-2 Water Pollution Control LS $ Including Dally Street ^weeping at (Price in Words) A-3 TrafficControlat , LS $ ^G.JZ^ $ (8J^J *rice in Words) A-4 Changeable! Message Board 3 EA $. at (Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 4 of 34 Approximate Item Quantity Unit Price Total Amount Na Description And Unit (Figures) (Figures) A-5 Demolition and Removal of LS $ 3.^^^ $ 3 !?[5fY Pavement Material AC (5"), ^ ' PCC Concrete Gutter at (Price in Words) A6 Remove Existing Water 9 EA Meters and Service Laterals at (Price in Words) A-7 Altemative Bid Item: Remove 2,750 CY $_ and Haul Away Unsuitable Subgrade (Unclassified Excavation and Export) (18") at 'fwa#^. (Unit Price in Words) -fO/ OUU A-8 Alternative Bid Item: Import 1,800 CY $ ^A' $ S^. ^66 "^^^ Subgrade Material and ^ SubgradePreparation at ^ei^ (*^tat^ (Unit Price in Words) A-9 Perform Exploratory 10EA $_ Excavation at Utility Connections and Crossings at (Unit Price in Words) A-10 Excavation Safety Measures LS $_ at 1WQ-IVli>li4AKij OI4iiuiAi/Li/H (Price In Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 5 of 34 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-11 Install Asphaltic Concrete 650 TON $_ 105" sU,PSO Pavement (4-Inch) at (Unit Price in Words) A-12 Install Aggregate Base 520 CY $_ Course (6-inch) at (Unit Price in Words) A-13 20-foot Asphaltic Concrete 45 TON $_ Transition (3 Locations) at (Price in Words) A-14 12" PVC Wateriine at 475 LF $ W (Unit Price in Words) A-15 10" PVC Wateriine at 25 LF 34 at (Unit Price in Words) r (Unit Price in Words) A-16 6" PVC Wateriine at . 35 LF $ (Unit Price In Words) A-17 10" Welded Steel Pipe per 90 LF $_ Detail A Sheet 6 at (Unit Price In Words) A-18 12" Welded Steel Rpe per W- 60LF $ $J2L3IDD Contract No. 5030, 6608 & 6013/Bld No. PWS13-32UTIL Addendum No. 1 Page 6 of 34 Approximate Item Quantity Unit Price Total Amount No, Description And Unit (Figures) (Figures) A-19 Transition Coupling Adapter SEA at (Unit Price in Words) A-20 12"x12"x6" Tee Diat 2 EA $ \)D^^ $ 2IQ5Z)'^ (Unit Price in Words) A-21 12"x12"x10"Tee Diat 2 EA $ I 11^5 ^ $ Z35C)^ (Unit Price In Words) A-22 2" Blow off Assembly at 5EA $ $ l(|5?)D (Unit Price in Words) A-23 12" - 22.5" Elbow at 1 EA $ S^S- s 595" (Unit Price in Words) A-24 2" Manual Air Release at 2 EA $ ^) (Unit Price in Words) A-25 6" - 22.5'' Elbow pt 1 EA $ ^5 (Unit Price In Words) A-26 12"-45'Elbow at 2 EA (Unit Price In Words) A-27 6" Resilient Wedge Gate 2 EA $ 1 2^ $ ^f^h Valve at ^ 0^Hvi/pa4;Ay\/A-<hmhi>mj^ (Unit Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 7 of 34 Approximate Item Quantity Unit Price Total Amount Na Description And Unit (Figures) (Figures) A-28 10" Resilient Wedge Gate 2 EA $ $ ^fJJnO Valve at ' ^IMMf\^iAjbLW^ ^mlCim (Unit Price in Words) A-29 12" Resilient Wedge Gate 4EA $ ^. $ l2|(^6f)" Valve at ""^ (Unit Price in Words) A-30 r AVAR Appurtenances at 2 EA $ "^i^obb" $ 5i^00 (Unit Price in Words) A-31 12" Flange Coupling Adapter 6EA $ U^^f?" $ ^,lo5b^ at ^ (Unit Price in Words) A-32 10" Flange Coupling Adapter 3EA $ \^t)^3^ $ 6?v5 at (Unit Price in Words) A-33 6" Flange Coupling Adapter 4EA $ 35b' sl.400 at (Unit Price in Words) A-34 Anchor Block & Encasement 45 CY $ 1S5 $ 3^5^^ at (Unit Price in Words) A-35 Thrust Block at 111 SF $ (Unit Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 8 of 34 ,00^.. Approximate ^ Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-36 Install!" Water Service at 9 EA $ 9\0,'^^5 <WO%b(A^Ar\<A /two UXMflzM (Unit Price in Words) A-37 Remove Existing and Install 1 EA $ $ ^. ^ New Fire Hydrant at fi\42.-^llMW^^lXklIi^/lyig/^ (Unit Price in Words) A-38 Dewatering at Not to $ 7.500 $ 7.500 Seven thousand five Exceed hundred dollars (Unit Price in Words) (Unit Price in Words) A-39 Sluny Fill Existing 10" & 12" LS $ ti^Tf)" $ ^i 2^ A.C.P. not to be Removed at (Price in Words) A-40 6-inch Potable Water By- LS $_ Pass System at (Unit Frice In Words) A-41 Remove and Dispose of 230 LF $ $ ^,^00 Existing ACP Wateriine and ^ Appurtenances as Shown on Plans at A-42 Plug Abandoned Pipe Ends 4 EA $ ^26^ $ with Push-On Cap at kluwl ir//l -^/d^l ^U^^ (Unit Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 9 of 34 Approximate Item Quantity Unit Price Total Amount Na Description And Unit (Figures) (Figures) A-43 Signing and Striping (Include LS $ ^ A^fl^ $ AA^S^ Address Painting and Fire j • • - , Hydrant Marker) at (Price in Words) A-44 Construction Trailer at 4 MONTHS $ 1,4^6^^ $ 5,^?/^^ (Unit Price In Words) A-45 Utility Relocations Not Shown Not To $ 25.000 $ 25.000 on Plans and as Required by Exceed Engineer per General Provisions Section 3-3 at Twenty five thousand dollars (Price in Words) A-46 Reset Street Survey 2 EA $ ^?6^ $ \ f^^b" Monument per SDRSD M-10 at (Unit Price in Words) A-47 Raise Storm Drain Manhole 1 EA $ to Grade at 4ix imr\Air^^tnhA^i/i^ (Unit Price in Words) A-48 AC Removal beyond 5" Not To $ 7.500 $ 7.500 Thickness in Patch Areas per Exceed ' General Provisions Section 3- 3 at Seven thousand five hundred dollars (Price in Words) A-49 Altemative Bid Item: Aereate 1,550 CY $ and Reuse Existing Subgrade J (Unit Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 10 of 34 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-50 Protection of Utilities within Not To $ 10.000 $ 10.000 Removal Envelope per Exceed General Provisions Section 3- 3 at Ten thousand dollars (Price in Words) Total amount of bid in words for Schedule "/^ S^^-V\)r^M« ivJ\KT^-^^^^^>^ K-^^vj^^ 1'W»^ONJV^J ^i7^>f^ j)i Total amount of bid in numbers for Schedule "A": $ Contract No. 5030, 6608 & 6013/Bid Na PWS13-32UTIL Addendum No. 1 Page 11 of 34 Total amount of bid in words for Schedule "A" Total amount of bid in numbers for Schedule "A": $ Item No. B-1 B-2 B-3 B-4 B-5 B-6 SCHEDULE "B" 6608-Northwest Quadrant Storm Drain Program Description Mobilization at (Price in Words) Remove and Replace Cross- Gutter (Bruce Road) at (Unit Price in Words) Remove and Replace Cross- Gutter (Cove Drive) at 3^ Approximate Quantity and Unit Not to Exceed $4,000 300 SF (Unit Price in Words) Remove and Dispose of Storm Drain Pipeline (18" RCP) at (Unit Price in Words) Remove and Dispose of 5'X5'X5' Concrete Storm Drain Inlet Structure at (Unit* Price in Words) Remove and Dispose of Curb Inlet and Grate at (Unit Price in Words) 845 SF 40 LF 1 EA 2EA Unit Price (Figures) $_ 1^ ^16 Total Amount (Figures) 1^ 3M. ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 20 of 157 Pages Item No. B-7 B-8 B-9 Description Abandon Existing 24" RCP in Place with Concrete Cap at (Price in Words) Construct Type 1 Catch Basin oer SDRSD D-29 at ^iOo-ftuii^^M/j per fmM Ji^kUA4ii\i^^t^cim (Unit Price in Words) Construct 12" HDPE Storm Drain Pipeline at B-10 (Unit Price in Words) Construct 18" Reinforced Concrete Storm Drain at Approximate Quantity and Unit LS (Unit Price in Words) B-11 ^ Construct Type B Curb Inlet * per SDRSD D-2 (Include Stencil) at (Unit Price in Words) B-12 Construct Type A SDCO per SDRSD D-9 at (Unit Price in Words) B-13 Construct French Drain System (Perforated and Solid Wall Pipe) Including Dewatering, and Connection to Existing Curb Inlet at (Unit Price in Words) 1 EA 60 LF 40 LF 2EA 1 EA 445 LF Unit Price (Figures) ^96 $_ Zoo Total Amount (Figures) 425 s \Zpti) 6, m ^^W Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 21 of 157 Pages Item No. B-14 Description Remove Existing Concrete Sidewalk and Curb Inlet Lid and Replace per SDRSD D-2 as Modified by City of Carisbad at Approximate Quantity and Unit 1 EA Unit Price (Figures) Total Amount (Figures) Jnit Price in Words) Tqta^c^nt^f^|Tw^r(fe^ "B tJ'\lM)rj6'lY.'\^^0UlfyM^j\J0b)^J^^ Total amount of bid in numbers for Schedule "B": $ SCHEDULE "C" 6013-Concrete Repair Program Item No. C-1 C-2 Description Mobilization at (Price in Words) Remove and Replace Sidewalk (4") at c-3 C-4 Approximate Quantity and Unit Not to Exceed $2,000 1,750 SF $. (Unit Price in Words) Remove Existing Rolled Curb and Gutter and Replace with Curb and Gutter per SDRSD G-2 at ^)rAXi\kY^ 300 LF (Unit Price in Words) Reestablish Property Corners at . 5EA Unit Price (Figures) Total Amount (Figures) (Unit Price in Words) Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 22 of 157 Pages Item No. C-5 C-6 C-7 C-8 Description Reconstruct Pedestrian Ramp at the intersection of Bruce Road and Park Drive at Approximate Quantity and Unit (Unit Price in Words) Install Pedestrian Ramp per SDRSD G-29 at (Unit Pnce in Words) Remove and Replace Curb per SDRSD G-11 at (Unit Price in Words) Remove 4" Sidewalk Replace with 7.5" Sidewalk at XolUtv^^ 3EA 145 LF 210 SF Unit Price (Figures) 5X $. Total Amount (Figures) 1 EA $ \^p(¥)' 4,200 (Unit Price in Words) Total amount of bid in words for Schedule "C": fi-ftv/ hsTC kMu^aruj 'k^nVjuMu^kUf^ otai amount or Pid in words Tor bcneduie u : Total amount of bid in numbers for Schedule "C": $ Tota|~>amount ofvbid in wo^ including vScbeduJe^ "A", Schedtije "B"vi and Schedule "C": Total amount of bid in numbers including Schedule "A", Schedule "B" and Schedule "C": The basis of award will be the sum of Schedule "A", Schedule "B" and Schedule "C". 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. ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 23 of 157 Pages The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carisbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number ^i3[^/^X , classification /( V CIO which expires on A/3I/ olOI^ , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properiy licensed. The Undersigned bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the City of Carisbad is personally interested, directly or indirectiy, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, ofthe Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bond or Cashier's Check) for ten percent (10%) ofthe amount bid. .(Cash, Certified Check, The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 24 of 157 Pages Check a License - License Detail - Contractors State License Board Page 1 of2 DEFARTllEiiT O^F COriSUMER AFFAIRS Contractors State License Board Contractor's License Detail - License # 936188 DISCLAIMER: A license status check provides Information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. 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 ofthe arbitration. Due to workload, there may be relevant Information that has not yet been entered onto the Board's license database. License Number Business Information Entity Issue Pate Expire Pate License Status Classifications Bonding 936188 SCHILLING PARADISE CORP Business Phone Number: (619) 579-6500 697 GREENFIELD DR EL CAJON, CA 92021 Corporation 08/04/2009 08/31/2013 Extract Date 3/26/2013 ACTIVE This license is current and active. All information below should be reviewed. CLASS A DESCRIPTION GENERAL ENGINEERING CONTRACTOR CIO ELECTRICAL CONTRACTOR'S BOND This license filed a Contractor's Bond with AMERICAN STATES INSURANCE COMPANY. Bond Number: 6764718 Bond Amount: $12,500 Effective Date: 07/20/2011 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number 100155096 for PLATT JEFFREY ELLIOT in the amount of $12,500 with AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 02/18/2011 BQI's Bond History https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetaiLaspx?LicNum=93... 3/26/2013 Check a License - License Detail - Contractors State License Board Page 2 of 2 WORKERS' COMPENSATION This license has workers compensation insurance with OLD REPUBLIC GENERAL INSURANCE CORPORATION Workers' Compensation Policy Number: A1CW95581309 Effective Date: 02/01/2013 Expire Date: 02/01/2014 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Conditions of Use j Privacv Policv Copyright © 2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=93... 3/26/2013 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 City and State (4) Zip Code Telephone No. (5) E-Mail (Street and Number) IF A PARTNERSHIP. SIGN HERE: (1) Name under which business IS conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 25 of 157 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (2) (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws ofthe State o\ (4) Place of Business / ) ^ (Street and Number) (5) Zip Code ^XOy-l Telephone No. (6) E-Mail _ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ^¥ Revised 09/11 /12 Contract No. 5030,6608, & 6013 Page 26 of 157 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of C ^nl)iPM On before me Date / personally appeared . /mi^^^^'^ ^^JleK AJohjtj 7uh/j>^ • ^ ^ Here Insert Name and Title of the Office/ Name(s) of Signer(s) AMANDA J. GELLER Commission # 1925916 Notary Public - Catifornia San Diego County My Comm. Expires Mar 4, 2015K who proved to me on the basis of satisfactory evidence to be the person^s) whose name(Q) is/afe subscribed to the within instrument and acknowledged to me that he/3he/they executed the same in his/hcr/thGir authorized capacity (ies), and that by his/hor/thoir signature(e> on the instrument the person^©), or the entity upon behalf of which the person(e) 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 myJ^d and official seal. Place Notary Seal Above Signature OPTIONAL Signa ptary 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here I 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) 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 09/11/12 Contract No. 5030,6608, & 6013 Page 27 of 157 Pages BID SECURITY FORM (Check to Accompany Bid) PARK DRIVE WATERLINE liVIPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($ ), this amount being ten percent (10%) ofthe total amount ofthe bid. The proceeds of this check shall become the property of the District, provided this proposal shall be accepted by the District through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; othen^/ise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) ^¥ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 28 of 157 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 KNOW ALL PERSONS BY THESE PRESENTS: That we, Schilling Paradise Corporation, Inc. as Principal, and Berkley Regional Insurance Company . as Surety are held and firmly bound URto the Carlsbad Municipal Water District, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) io%ofthe Bid Amount for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030,6608, & 6013 in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors ofthe Carlsbad Municipal Water District of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said District. In the event Principal executed this bond as an individual, it is agreed that the death of Principal Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 29 of 157 Pages shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this _ day of March PRINCIPAL: Schilling Paradise Corporation, I (name of Principal) By:. . (sign here) (print name here) (Title and Organization of Signatory) By:. \ (sign here) (print name here) (title and organization of signatory) Executed by SURETY this 20th day of March , 20 13 SURETY: Berkley Regional Insurance Compafsy (name of Surety) 505 N. Brand Blvd., Suite 1040, Glendale, 91203 (address of Surety) (818)550 5d name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: Assistant General Counse Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 30 of 157 Pages ACTION BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF SCHILLING PARADISE CORP. a Califomia corporation Effective Date: January 31»2011 TTie undersigned, being all ofthe members ofthe board of directors f^^'^^^f) of Schilling ParadiiCorp, a Califomia corporation (the ''^orporatior^)^^^ by unanimous written consent without a meeting (pursuant to Section 207 (b)) ofthe Califomia Corporations Code, herby adopt the following resolutions: 1. Officers, RESOLVED, that the following persons are hereby appointed to hold the offices set forth opposite to i^spective names and to serve in such offices at the pleasur^^^ BoXr^U the next annual meeting or until their successors are elected and quaUfied. Name Michael Manos President, Secretary and Chairman of the Beam JetTrey Platl Chief Executive Officer, Chief Financial Officer and Assistant Secretary 2. Anthnrizatiop t» Rind Corporation- RESOLVED, that Jeffrey Piatt, acting in good faith and in the best interests ofthe CorporaSs hereby authorized to act in the name and on behalf of the Corporation and to exeSd deliver, on behalf of the Corporation, all ^f^—^^^^^^^^ bonds, conveyances, deeds, and other documents reqmred to bmd the CorporaUon. 3. Rf>vftlvin^ Loan. WHEREAS, the Corporation is in need of additional capital an desires to extend the revolving line of credit from Piatt Manos Construction LLC ("PMC ), m ^ maximum amount of One Million Seven Hundred FjAy Thousa^Do^^^^^ pursuant to the terms of a promissory note between the parties dated effective December 31,2009), and WHEREAS, the Board has determined that the terms and conditions ofthe Line of Credit are fair and reasonable to the Corporation; it is ...) RESOLVED, that the Corporation is authorized to borrow funds from PMC pursuant to the terms of the Line of Credit; and RESOLVED FURTHER, the offices ofthe Corporation are hereby authorized, in the name of the Corporation and on its behalf, to sign and deliver the Line of Credit and to thereafter perform all ofthe Corporation's obligations and exercise any rights thereunder; and RESOLVED FURTHER, that the officers of the Corporation are hereby authorized and directed to take such actions as tliey deem reasonable in order to effectuate the foregoing. IN WITNESS WHEREOF, the undersigned has executed this Action by Unanimous Written Consent effective as of January 31.2011 Jeffrey Piatt, Wirector CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of ^ On 5a/? 2)/£^0 (IfhM^m before me, ^An/w^A j:(^dl^r. AMm/Pahky Date ' I ^ , _ Herp Insert Name and title of the Officer / 2? personally appeared Name(s) of Signer(s) AMANDA J. GELLER | Commission # 1925916 | Notary Public - California \ San Oiego County g My Comm, Expires Mar 4, 2015 K who proved to me on the basis of satisfactory evidence to be the person(8) whose name^s)- is/afe subscribed to the within instrument and acknowledged to me that he/sbe/they executed the same in his/h^efi^ieir authorized capacity(iee), and that by his/l:w*4heir signature(s) on the instrument the person(e^, or the entity upon behalf of which the person(-e) 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 mwhSnd and official seal Place Notary Seal Above Signatup OPTIONAL Signatjjjfe of iQotaryPublic Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General RIGHT THUMBPRINT OF SIGNER • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ) 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Los Angeles On March 20, 2013 Date before me, } Susan E. Morales, Notary Public Here insert Name and Title of the Officer personally appeared Janina Monroe Name(s) of Signer(s) SUSAN E. MORALES . COMM. #1930723 I wy LOS AN0EUB8 COUNTY « Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(x) whose name(>5) is/^Msubscribed to the within instrument and acknowledged to me that)i3>5/she/ito©^ executed the same in &Q$/her/5®®!!iX authorized capacity^s©©^, and that by K)fe/her/Jb©0(signature(x) on the instrument the person()!6), or the entity upon behalf of which the person(X) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature Signature of Notary Public Susan E. Morales OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Schilling Paradise - Bid Bond - City of Carlsbad Document Date: March 20, 2013 Number of Pages: Signer(s) Other Than Named Above: NONE Capacity(ies) Claimed by Signer(s) Signer's Name: Janina Monroe • Individual • Corporate Officer — Title(s): • Partner — • Limited • General H Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorcler: Call Toil-Free 1-800-876-6827 No. 7798d • . . POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The waming found elsewhere in this Power of Attomey affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a "c*"^ corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, ^ has made, constituted and appointed, and does by these presents make, constitute and appoint: Janina Monroe, Paul Boucher, Thomas G. McCall, Michelle Haase or Dennis E. Langer of Lockton Insurance Brokers, LLC, A Division of Lockton 1 Companies, LLC of Irvine, California its tme and lawful Attorney-in-Fact, to sign its name as surety only as delineated below ^ and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty =3 Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. ' O > ^ resolutions which were duly and vaUdly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: 5 > c3 This Power of Attomey shall be constmed and enforced in accordance with, and govemed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attomey is granted pursuant to the following "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attomey authorizing and w qualifying the attomey-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attomey executed pursuant hereto; 2 o and further % ^ RESOLVED, that such power of attomey limits the acts of those named therein to the bonds, undertakings, recognizances, E. or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attomey revokes all previous powers issued on behalf of the attomey-in-fact named; and 2 further OH S Other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as ^ RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attomey or certification thereof authorizing the execution and deUvery of any bond, undertaking, recognizance, or though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any b*^;^. person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have I S ceased to be such at the time when such instmments shall be issued." IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its ;S "c corporate seal hereunto affixed this day of r^^"L^ft-jV-»i-l^ , 2012. ^ Attest: ^ / - Berkley Regional Insurance Company 1 -y 2 ^ (Seal) Ira SfLederman Je 5 jey(Wl. Hafte[ Senior Vice President & Secretary XSenior Vice President 2 I WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. ^ B STATE OF CONNECTICUT) ^ B COUNTY OF FAIRFIELD ) .a o o ) ss: Sworn to before me, a Notary Public in the State of Connecticut, this day of <x/-L.cJy , 2012, by Jeffirey M. Hafter and Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of '^'^ Berkley Regional Insurance Company. EILEEN KILLEEN QV MY COMMISSION EXPIRES JUNE 3a 2012 Notary Public, State of Connecticut < S I B CERTIFICATE g I I, the undersigned. Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the g -g foregoing is a tme, correct and complete copy cf tbe original Power of Attomey; that said Power of Attomey has not been revoked ^ o or rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed fhe bond or undertaking to which this >*^^ Power of Attomey is attached, is in full force and effect as of this date. MAD- O A onn St^, Given under my hand and seal of the Company, this day of IWAK Z U LVIO ^ (Seal) Andre Instructions for Inquiries and Notices Under the Bond Attached to This Power Berkley Surety Group, LLC is the affiliated underwriting manager for the surety business of: Acadia Insurance Company, Berkley Insurance Company, Berkley Regional Insurance Company, Carolina Casualty Insurance Company, Union Standard Insurance Company, Continental Western Insurance Company, and Union Insurance Company. To verify the authenticity of the bond, please call (866) 768-3534 or email BSGInquiry@berkleysurety.com Any written notices, inquiries, claims or demands to the surety on the bond to which this Rider is attached should be directed to: Berkley Surety Group, LLC 412 Mount Kemble Avenue Suite 3I0N Morristown, NJ 07960 Attention: Surety Claims Department Or email BSGClaim@berkleysurety.com Please include with all notices the bond number and the name of the principal on the bond. Where a claim is being asserted, please set forth generally the basis ofthe claim. In the case of a payment or performance bond, please identify the project to which the bond pertains. Company Profile Page 1 of 2 Company Profile BERKLEY REGIONAL INSURANCE COMPANY 11201 DOUGLAS AVENUE URBANDALE, IA 50322 800-842-8972 Agent for Service of Process JERE KEPRIOS, C/O CT CORPOP^TION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 29580 NAIC Group #: 0098 Califomia Company ID #: 4515-3 Date authorized in Califomia: March 31,1998 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: DELAWARE Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=77046 3/26/2013 Company Profile Page 2 of 2 PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Last Revised - November 10, 2012 10:58 AM Copyright © Califomia Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utLget_co_prof?p_EID=77046 3/26/2013 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 ofthe 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 otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non- responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information mav result in reiection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) ofthe work with its own forces. ^¥ Revised 09/11 /12 Contract No. 5030, 6608, & 6013 Page 31 of 157 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional fonri pages shall be entered in the location provided on each type of form so duplicated. ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 32 of 157 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Page pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the infomnation preceded by an asterisl< may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 33 of 157 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) PARK DRIVE WATERUNE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name arrd Address ofthe Employer Mame and Phone No. of Person to tidfitfact Type of Work Amount of Contract ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 34 of 157 Pages Reference #1 City of Carlsbad 760-602-4677 5950 El Camino Real, Carlsbad, CA 92008 John Kay Sewer Replacement $60,159 Date complete: 07/10 Reference #2 Patriot General 619-713-6880 5480 Baltimore Drive, Ste 212, La Mesa, CA 91942 Paul Dubler 36" Water Main Install $945,218 Date complete: 8/11 Reference #3 Shea Homes 951-739-9700 250 Corona Point Ct. #600, Corona, CA 92879 Greg Ponce Water, Sewer, Storm Drain Improvements $531,301 Date complete: 12/12 Reference #4 California West 760-918-6768 5927 Priestly Drive, Ste 103, Carlsbad, CA 92008 Mike Lake Water, Sewer, Storm Drain Improvements $683,401 Date complete: 11/12 Reference #5 Koloa Pacific 858-486-7800 12527 Kirkhann Court, Poway, CA 92064 Mike Asbell Sewer & Water Relocation $157,403 Date complete: 07/11 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 0 1 j Certificates of insurance showing conformance with the requirements herein for each of: • Comprehensive General Liability • Automobile Liability -^dZU CutfS/>hji^ • 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 09/11/12 Contract No. 5030, 6608, & 6013 Page 35 of 157 Pages ACORCf CERTIFICATE OF LIABILITY INSURANCE 2/1/2014 DATE (MM/DDAYTY) 6/19/2013 IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED subiect to the terms and cond t ons ofthe nolirv rertain nnii/^ioc ' « - .. . lo WMIVCU, suDjeci to PRODUCER Loclfton Insurance Brolcers, LLC 725 S. Figueroa Street, 35th Fl. CA License #0F 15767 Los Angeles CA 90017 (213) 689-0065 CONTACT ' • • NAME: PRODUCER Loclfton Insurance Brolcers, LLC 725 S. Figueroa Street, 35th Fl. CA License #0F 15767 Los Angeles CA 90017 (213) 689-0065 PHONE " ~ TFAX " -IMLUfi^ext): (Xe.No): PRODUCER Loclfton Insurance Brolcers, LLC 725 S. Figueroa Street, 35th Fl. CA License #0F 15767 Los Angeles CA 90017 (213) 689-0065 E-MAIL • ' ADDRESS: PRODUCER Loclfton Insurance Brolcers, LLC 725 S. Figueroa Street, 35th Fl. CA License #0F 15767 Los Angeles CA 90017 (213) 689-0065 INSURER(S) AFFORDING COVERAGE NAIC# PRODUCER Loclfton Insurance Brolcers, LLC 725 S. Figueroa Street, 35th Fl. CA License #0F 15767 Los Angeles CA 90017 (213) 689-0065 INSURER A • Ironshore Specialtv Insurance Co 25445 1075'l28 ^"^^'^^'"S Paradise Corp. 697 Greenfield Drive El Cajon CA 92021 INSURER B Philadelphia Indemnitv Insurance Companv 18058 1075'l28 ^"^^'^^'"S Paradise Corp. 697 Greenfield Drive El Cajon CA 92021 INSURER C 1075'l28 ^"^^'^^'"S Paradise Corp. 697 Greenfield Drive El Cajon CA 92021 INSURER D Old Republic General Ins Corporation 24139 1075'l28 ^"^^'^^'"S Paradise Corp. 697 Greenfield Drive El Cajon CA 92021 INSURER E 1075'l28 ^"^^'^^'"S Paradise Corp. 697 Greenfield Drive El Cajon CA 92021 INSURER F I^r!?o. J° CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POI IPY PFRinn nTo?^J^?x NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOSENT WHR TO WH^CH TS^ CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUB^ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS SUBJECT TO ALL THE TERMS, ADDUSUBRI INSR WVD INSR LTR TYPE OF INSURANCE GENERAL LIABILITY POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYYl LIMITS X N AGSOO19301 2/1/2013 COMMERCIAL GENER>^LUABILITY _ CLAIMS-MADE Ded: SlO,000/occ 2/1/2014 EACH OCCURRFNCF X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Anv one person) PERSONAL & ADV INJURY GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO-JECT PRODUCTS - COMP/OP AGG .000.000 50,000 5-000 1,000,000 2-OOo.oon $ 2.000.000 AUTOMOBILE LIABILITY X X PHPK975138 2/1/2013 2/1/2014 ANY AUTO ALL OWNED AUTOS HIRED AUTOS Comp. Ded. $1K cOMyiKltli SINGLE LIMIT (Ea accident) SCHEDULED AUTOS NON-OWNED AUTOS Coll. Ded. $1 BODILY INJURY (Per person) 1-000.000 $ XXXXXXX BODILY INJURY (Per accident) PROPERTY DAMAGE rPer annlrlent) $ XXXXXXX $ XXXXXXX $ XXXXXXX UMBRELLA LIAB EXCESS LIAB DED OCCUR CLAIMS-MADE NOT APPLICABLE EACH OCCURRENCE s XXXXXXX AGGREGATE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below $ XXXXXXX $ XXXXXXX A1CW95581309 2/1/2013 2/1/2014 Wc STATU X TORY LIMITS N ER E.L. EACH ACCIDENT 1-000-Oon E.L. DISEASE - EA EMPLOYEE 1,000,000 E.L. DISEASE - POLICY LIMIT | $ 1.000.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Re: Job No. 1338 - Park Dnve. The City of Carlsbad, its officials, employees and volunteers are Additional Insured(s) as per the attached endorsement or policy language. Insurance provided to Additional Insured(s) i§ primary and non-contributory as per the attached endorsements or policy language CERTIFICATE HOLDER CANCELLATION See Attachments 12405883 City OfCarlsbad 1635 Faraday Avenue Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD ORD CORPORATION. All rights reserved POLICY NUMBER:AGS0019301 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Organization Blanket as required by written contract and effective during the policy period as stated on the policy declarations. Location Of Covered Operations Blanket as required by contract. Primary Insurance: It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non contributory as respects any claim, loss or liability allegedly arising out ofthe operations ofthe named insured, provided however that this insurance will not apply to any claim, loss or liability determined to arise or result from the additional insured's sole negligence or willful misconduct. The insurance afforded by this policy for the benefit ofthe additional insured does not apply to 'property damage' to any building, structure or appurtenant structure intended to be occupied as a 'private residence'. The term "private residence" includes single family homes or residences, multi-family homes or residences, condominiums, townhomes. The term "private residence" does not include apartments. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property 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 included in the "products-completed operations hazard". CG 20 37 07 04 Miscellaneous Attachment: M95605 Certificate ID: 12405883 ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: AGS0019301 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations If required by your agreement with such Additional Insured, this insurance shall be primary insurance and non-contributory for that Additional Insured. If anyone, other than the Additional Insured, provides similar insurance for the Additional Insured, then this insurance will apply as outlined in SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4, Other Insurance, subparagraph c, Method of Sharing. The inclusion of one or more Insured under the terms of this endorsement does not increase our limits of liability. As required by written contract. As required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location ofthe covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 Miscellaneous Attachment: M95604 Certificate ID: 12405883 Automobile Policy No. PHPK975138 BLANKET ADDITIONAL INSURED Section II - Liability Coverage - A.1. WHO IS AN INSURED provision is amended by the addition of the following: e. Any person or organization for whom you are required by an "insured contract" to provide insurance is an "insured," subject to the following additional provisions: (1) The "insured contract" must be in effect during the policy period shown in the Declarations and must have been executed prior to the "bodily injury" or "property damage." (2) This person or organization is an "insured" only to the extent you are liable due to your ongoing operations for that insured, whether the work is performed by you or for you, and only to the extent you are held liable for an "accident" occurring while a covered "auto" is being driven by you or one of your employees. (3) There is no coverage provided to this person or organization for "bodily injury" to its employees or for "property damages" to its property. (4) Coverage for this person or organization shall be limited to the extent of your negligence or fault according to the applicable principles of comparative negligence or fault. (5) The defense of any claim or "suit" must be tendered by this person or organization as soon as practicable to all other insurers which potentially provide insurance for such claim or "suit." (6) The coverage provided will not exceed the lesser of: (a) The coverage and/or limits of this policy; or (b) The coverage and/or limits required by the "insured contract." (7) A person's or organization's status as an "insured" under this subparagraph depends when your operations for that "insured" are completed. All other terms and conditions of this policy remain unchanged. Miscellaneous Attachment: M97276 Certificate ID: 12405883 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: lii (namoL/of Contr^qtor) By: U\I\hl (sign here) (print name/title) Page pages of this Re Debarment form ^^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 36 of 157 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Poard two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page / Of^ pages of this Disclosure of Discipline form ^¥ Revised 09/11 /12 Contract No. 5030, 6608, & 6013 Page 37 of 157 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (name of (fifontractor) * ' By: (sign here) (print name/title) Page of <^ pages of this Disclosure of Discipline form Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 38 of 157 Pages m NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 The undersigned declares: I am the ofjcfe^j^^a^fe^ 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 California that the foregoing is true and correct and that this declaration is executed on 20^ at r/^M^ [city], C/t [state]. Signature of Bidder ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 39 of 157 Pages <^l^j% CITY OF -V^CARLSBAD Contract Administration www.carlsbadca.gov March 19. 2013 ADDENDUM NO. 1 RE: PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM BID NO. PWS13-32UTIL, CONTRACT NO. 5030, 6608, 6013 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendunfi-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. 1<EVIN DAVIS Sr. Contract Administrator Attachment ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signa 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 ® CITY OF CARLSBAD PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM CONTRACT NOS. 5030, 6608 & 6013 BIDNO. PWS13-32UTIL Addendum No, 1 From: Sherri Howard, Project Manager Phone: (760) 602-2756 Fax: (760)602-8562 Email: Sherri.Howard@carlsbadca.gov No. of Pages: 34 (including this page) Date: March 19, 2013 Bid Opening Date: March 26, 2013 2:00 pm (unchanged) Bidders Inquiries Q: Bid item A-3 says- Traffic Control (Including Three Changeable Message Board Signs), and Bid item A-4 also says-Changeable Message Board. Please clarify. R: The bid schedule has been revised. Q: In the General Provisions page 128 of 157, section 206-9 Portable Changeable Message Sign- The specifications don't say new or used message Boards please clarify. Also is there a specific brand you want? R: New. Section 206-9.1 states the mininnum requirements. Q: Bid item B-7 Says- Abandon Existing 24" RCP in place with Concrete Cap. But under the Section 01200-13 it calls out to slurry fiil the exist line. Do we just Cap the ends or slurry fill the line? Also if we are to slurry fill the line the plans don't show the limits/length of that run (Demo plans sheet 3, note #14). R: Cap ends and slurry fill line. The line is 150 feet long. Q: Can the contractor dump any water from dewatering into the storm drain or sewer? R: Per Section 02240 of the Technical Specifications, Dewatering water will discharge to sewer and a permit from Encina Wastewater Authority is required. Table of Contents Page 7 of 157, DIVISION 15 - MECHANICAL. Add the following: 15059 Water Service Connection Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No, 1 Page 1 of 34 General Provisions Page 117 of 157, Seventh paragraph. Line 4 add the following: "Preconstruction audio video construction documentation per Section 1360 of the Technical Specifications," to read: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the lump-sum price bid therefore in the bid schedule, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, Preconstruction audio video construction documentation per Section 1360 of the Technical Specifications equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Page 134 of 157 Add the following: 300-2.2.1.1 Utilities Within Removal Envelope. Potholing resulted in location of dry utilities located very close to the lower extent ofthe subgrade removal. Should utilities be located within the Removal Envelope, care shall be taken to protect these utilities in place. Placement of aggregate base and use of geotextile as specified on the plans shall be required where the utility is within the removal envelope. 300-2.2.1.2 Payment for Protection of Utilities within Removal Envelope. Payment shall be made as stipulated in Section 01200 of the Technical Specifications. Technical Specifications SECTION 01200 MEASUREMENT AND PAYMENT Page 2, Bid Item A-4, line 3. add the following after three (3) "new and unused". Bid Item A-5Line 9 has been clarified as follows: "See Item A-40 for removal and disposal of existing ACP wateriine and appurtenances. This item excludes inlets and storm drains. See Bid Schedule B "6608 Northwest Quadrant Strom Drain Program" for storm drain and inlet demolition. See Bid Schedule C "6013 Concrete Repair Program" for curb, gutter and sidewalk demolition and removal." Page 3, Bid Item A-7, Quantity, change Tons to Cubic Yards Bid Item A-8, Delete the words "Import Sub-base Material" and change to Import Sub- grade material. Change Tons to Cubic Yards Page 8, Bid Item A-36, Line 6. Add the following after drawings: "per W-3 and W-25. All meters, endpoints, gaskets and bushings shall be supplied by the District." Page 11. Bid Item A-49. Add the following: Page 5 ofthe Geotechnical Investigation dated October 17, 2012 allows for reuse ofthe subgrade. This alternative may replace Bid Item A-8. Bid Item A-7. The full 18" section removed will not be reused. Material not reused will be hauled away and paid for under Bid Item A-7. Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 2 of 34 Add the following Bid Item Description to Bid Schedule A: A-50 Protection of Utilities within Removal Envelope. Protection of utilities within the Removal Envelope as required by Engineer per General Provisions Section 3-3. Protection of utilities to be paid as extra work will include protection of existing utilities, aggregate base, and placement of geotextile per the plans. The contract stipulated lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing utility protection within Removal Envelope not shown on plans and as required by engineer. The contract stipulated lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Stipulated Lump Sum Page, 13, Bid Item B-7, Add the following: Storm drain pipeline is 150 feet long. SECTION 01360 PRECONSTRUCTION AV DOCUMENTATION Page 1 was not included in the contract documents. The entire specification is attached to this addendum. Add the following Technical Specification: SECTION 15059 WATER SERVICE CONNECTION Plans Plans DWG 465-7, Sheet 3, DEMOLITION NOTES. Sheet 6 Based on subsurface exploration the existing section is 5" AC over subgrade. The Removal Envelope is 5"AC and the top 18" of subgrade. In areas where there are utilities within the Removal Envelope, contractor shall remove 11" of subgrade, place Mirifi HP 570 over the remaining subgrade and existing utility a minimum of 2' on either side of utility, install 12"AB in 2 lifts over Mirifi HP 570. Compact top 6" AB in one lift to 95% relative compaction. 4"AC to be placed over AB. Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 3 of 34 CARLSBAD MUNICIPAL WATER DISTRICT PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do ail the work to complete Contract No. 5030, 6608, & 601 Sin accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" 5030 Wateriine Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-1 Mobilization at Not to $ $ . Exceed $30,000 (Price in Words) A-2 Water Pollution Control LS $ $ Including Daily Street Sweeping at (Price in Words) A-3 Traffic Control at LS (Price in Words) A-4 Changeable Message Board 3 EA $ at (Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 4 of 34 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-5 Demolition and Removal of LS $ $ Pavement Material AC (5"), PCC Concrete Gutter at (Price in Words) A6 Remove Existing Water 9 EA Meters and Service Laterals at (Price in Words) (Price in Words) A-7 Alternative Bid Item: Remove 2,750 CY $_ and Haul Away Unsuitable Subgrade (Unclassified Excavation and Export) (18") at (Unit Price in Words) A-8 Alternative Bid Item: Import 1,800 CY $_ Subgrade Material and Subgrade Preparation at (Unit Price in Words) A-9 Perform Exploratory 10EA $_ Excavation at Utility Connections and Crossings at (Unit Price in Words) A-10 Excavation Safety Measures LS $ at Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 5 of 34 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-11 Install Asphaltic Concrete 650 TON $ $ Pavement (4-inch) at (Unit Price in Words) A-12 Install Aggregate Base 520 CY $. Course (6-inch) at (Unit Price in Words) (Unit Price in Words) A-13 20-foot Asphaltic Concrete 45 TON $. Transition (3 Locations) at (Price in Words) A-14 12" PVC Wateriine at 475 LF $ (Unit Price in Words) A-15 10" PVC Wateriine at 25 LF $ (Unit Price in Words) A-16 6" PVC Wateriine at 35 LF $ (Unit Price in Words) A-17 10" Welded Steel Pipe per 90 LF $. Detail A Sheet 6 at (Unit Price in Words) A-18 12"Welded Steel Pipe per W- 60LF $ 34 at Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 6 of 34 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-19 Transition Coupling Adapter 5 EA at (Unit Price in Words) A-20 12"x12"x6" Tee Diat 2 EA $ (Unit Price in Words) A-21 12"x12"x10"TeeDrat 2 EA $ (Unit Price in Words) A-22 2" Blow off Assembly at 5EA $_ (Unit Price in Words) A-23 12"-22.5° Elbow at 1 EA $ (Unit Price in Words) A-24 2" Manual Air Release at 2 EA $ (Unit Price in Words) A-25 6" - 22.5" Elbow at 1 EA $ (Unit Price in Words) A-26 12"-45''Elbow at 2 EA $ (Unit Price in Words) A-27 6" Resilient Wedge Gate 2 EA $. Valve at (Unit Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 7 of 34 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-28 10" Resilient Wedge Gate 2 EA $ $_ Valve at (Unit Price in Words) A-29 12" Resilient Wedge Gate 4 EA $. Valve at (Unit Price in Words) A-30 2" AVAR Appurtenances at 2 EA $_ (Unit Price in Words) A-31 12" Flange Coupling Adapter 6EA $ at (Unit Price in Words) A-32 10" Flange Coupling Adapter SEA $ at (Unit Price in Words) A-33 6" Flange Coupling Adapter 4 EA $ at (Unit Price in Words) A-34 Anchor Block & Encasement 45 CY $ at (Unit Price in Words) A-35 Thrust Block at 111 SF $ (Unit Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 8 of 34 Item No. Description A-36 Install 1" Water Service at Approximate Quantity Unit Price And Unit (Figures) 9EA Total Amount (Figures) $. (Unit Price in Words) A-37 Remove Existing and Install New Fire Hydrant at 1 EA $ (Unit Price in Words) A-38 Dewatering at Seven thousand five hundred dollars (Unit Price in Words) A-39 Slurry Fill Existing 10" & 12" A.C.P. not to be Removed at Not to Exceed LS $ 7.500 $ 7.500 (Price in Words) A-40 6-inch Potable Water By- Pass System at LS (Unit Price in Words) A-41 Remove and Dispose of Existing ACP Wateriine and Appurtenances as Shown on Plans at 230 LF $ $_ (Unit Price in Words) A-42 Plug Abandoned Pipe Ends with Push-On Cap at 4EA (Unit Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 9 of 34 Item No. Description A-43 Signing and Striping (Include Address Painting and Fire Hydrant Marker) at Approximate Quantity Unit Price And Unit (Figures) LS Total Amount (Figures) $_ (Price in Words) A-44 Construction Trailer at 4 MONTHS $ A-45 A-46 (Unit Price in Words) Utility Relocations Not Shown on Plans and as Required by Engineer per General Provisions Section 3-3 at Twenty five thousand dollars (Price in Words) Reset Street Survey Monument per SDRSD M-10 at Not To Exceed 2EA $ 25.000 $ 25.000 (Unit Price in Words) A-47 Raise Storm Drain Manhole to Grade at 1 EA (Unit Price in Words) A-48 AC Removal beyond 5" Thickness in Patch Areas per General Provisions Section 3- 3 at Seven thousand five hundred dollars (Price in Words) A-49 Alternative Bid Item: Aereate and Reuse Existing Subgrade at Not To Exceed $ 7.500 $ 7.500 1,550 CY $_ (Unit Price in Words) Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 10 of 34 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-50 Protection of Utilities within Not To $ 10.000 $ 10.000 Removal Envelope per Exceed General Provisions Section 3- 3 at Ten thousand dollars (Price in Words) Total amount of bid in words for Schedule "A": Total amount of bid in numbers for Schedule "A": $ Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 11 of 34 SECTION 01200 MEASUREMENT AND PAYMENT PARTI GENERAL A. Work Listed in the Schedule of Work Items 1. Work under this contract will be paid on a unit price or lump-sum basis as outlined on the Bid Form for the quantity of work installed. 2. The unit prices and lump-sum prices include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work involved to complete the work included in the contract documents. 3. The application for payment will be for a specific item based on the percentage completed or quantity installed. The percentage complete will be based on the value of the partially completed work relative to the value of the item when entirely completed and ready for service. 4. Extra work or changes in the Work shall be accomplished as provided in the General Provisions unless noted otherwise. B. Work Not Listed in the Schedule of Work Items 1. The General Provisions and items in the Special Provisions, general requirements, and specifications which are not listed in the schedule of work items of the Bid Form are, in general, applicable to more than one listed work item, and no separate work item is provided therefor. Include the cost of work not listed but necessary to complete the project designated in the contract documents in the various listed work items of the Bid Form. 2. The bids for the work are intended to establish a total cost for the work in its entirety. Should the Contractor feel that the cost for the work has not been established by specific items in the Bid Form, include the cost for that work in some related bid item so that the Proposal for the project reflects the total cost for completing the work in its entirety. PART 2 MATERIALS Description of Bid Items 5030 Wateriine Improvements Quantity A-1 Mobilization, Preparatory Work, and Demobilization for Wateriine Improvements - See Section 9-3.4.1 ofthe General Provisions. Lump Sum Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 12 of 34 5030 Wateriine Improvements Quantity A-2 Water Pollution Control Including Daily Street Sweeping - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, for water pollution prevention including daily street sweeping during construction activities, control, and monitoring and for doing all the work throughout the duration of construction activities to keep the project in compliance with all local, state and federal regulations. Street sweeping equipment shall be vacuum style street sweepers and in no instances shall a bobcat sweeper be used at any time. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-3 Traffic Control - The contract lump sum price shall include providing complete traffic control including permits, providing traffic handling/stage construction, and furnishing, installing, maintaining traffic control during all stages of construction, removing traffic control devices when they are no longer needed, and temporary street striping. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-4 Changeable Message Boards - The contract unit price shall include procuring, installing, and maintaining during all stages of construction three (3) new and unused changeable message boards per Section 206-9. Upon completion of construction activities, the contractor shall turn over the changeable message boards to CMWD. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 3 Each A-5 Demolition and Removal of Pavement Material - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in the demolition work including demolishing and disposing the existing asphalt concrete pavement, aggregate base material, and gutter aprons. This item includes removal of all demolished materials including hauling and disposal fees. See Item 7 for hauling away unsuitable sub-base material. This item excludes removal and disposal of existing ACP wateriine and appurtenances. See Item A-40 for removal and disposal of existing ACP wateriine and appurtenances. This item excludes inlets and storm drains. See Bid Schedule B "6608 Northwest Quadrant Strom Drain Program" for storm drain and inlet demolition. See Bid Schedule C "6013 Concrete Repair Program" for curb, gutter and sidewalk demolition and removal. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 13 of 34 5030 Wateriine Improvements Quantity A-6 Remove Existing Water Meters and Service Laterals- The contract unit price shall include full compensation for furnishing ail labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing the existing water meters, (water service piping, and any other related appurtenances) as identified on the contract drawings. This item includes removal of all demolished materials including hauling and disposal fees. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 9 Each A-7 Alternative Bid Item: Unclassified Excavation and Export - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavating and exporting all unsuitable, unused, or excess sub-base material from the site not to be reused including hauling and disposal fees. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions Section 300-2, Standard Specifications, plans and as directed by the Engineer. 2750 Cubic Yards A-8 Alternative Bid Item: Import Sub-gracfe Material, Compaction, and Finish Grading - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and placing imported sub-base material, compacting and grading within the area to receive new asphalt paving excluding the overiay areas. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1800 Cubic Yards A-9 Perform Exploratory Excavation at Utility Connections and Crossings - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in performing exploratory excavation at utility connections and crossings and at connections prior to construction, including but not limited to excavating, backfilling, pavement restoration, traffic control, and permitting. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-10 Excavation Safety Measures - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavation safety measures in conformance with CALOSHA, including but not limited to excavating, trenching, backfilling, subgrade and pavement restoration, shoring, slope protection and slope stability. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 14 of 34 5030 Wateriine Improvements Quantity A-11 Install AC Pavement - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including prime coats, seal coats, compaction, and placement and for doing all the work involved in providing and installing asphalt pavement to the lines and grades shown as well as adjusting existing manholes, pull boxes and vaults that are to finish grade that are to remain in service. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 650 Tons A-12 Install Aggregate Base Course - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including sub grade preparation, placement and compaction and for doing all the work involved in providing, installing and finish grading the aggregate base course material. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 520 Cubic Yards A-13 20-foot Asphaltic Concrete Pavement Transitions - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including grinding and disposal of existing AC pavement, tack coat, AC overiay, feathering to match existing pavement and for disposal of excess materials and for doing all the work involved in providing, installing asphalt pavement for three (3) transitions from new to existing pavement as shown on the contract drawings to the lines and grades depicted. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 45 Tons A-14 12" PVC Wateriine - The contract unit price shall include full compensation for furnishing ali labor, materials, tools, equipment, and incidentals, including dewatering, excavation, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in providing and installing the 12-inch PVC wateriine as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 475Linear Feet A-15 10" PVC Wateriine - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in providing and installing the 10-inch PVC wateriine as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing ail materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 25 Linear Feet Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 15 of 34 5030 Wateriine Improvements Quantity A-16 6" PVC Wateriine - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in providing and installing the 6-inch PVC wateriine as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 35 Linear Feet A-17 10" Welded Steel Pipe - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in providing and installing the 10-inch diameter, 0.188 inch thick, welded steel pipe wateriine as shown on the contract drawings including cathodic test station with anode per CMWD standard drawing W-30. This includes the dip under the existing storm drain section per Detail A Sheet 6. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 90 Linear Feet A-18 12" Welded Steel Pipe - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in providing and installing the 12-inch diameter, 0.188 inch thick, welded steel pipe wateriine as shown on the contract drawings including all cathodic protection elements per CMWD standard drawings. This includes the dip under the existing storm drain section per CMWD standard drawing W-34 and the plans. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 60 Linear Feet A-19 Transition Coupling Adapters - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the transition coupling adapters as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 5 Each A-20 12"x12"x6" Ductile Iron Tees - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12"x12"x6" ductile iron tee as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 16 of 34 5030 Wateriine Improvements Quantity A-21 12"x12"x10" Ductile Iron Tees - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12"x12"x10" ductile iron tees as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each A-22 2" Blow off Assembly - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in providing and installing the 2" blow off assemblies as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Speciai Provisions, Standard Specifications, plans and as directed by the Engineer. 5 Each A-23 12" - 22.5° Elbow - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12" - 22.5° elbow as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each A-24 2" Manual Air Release - 2" manual air release assemblies as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each A-25 6" - 22.5° Elbow - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 6" - 22.5° elbow as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each A-26 12" - 45° Elbow - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12" - 45° elbow as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 17 of 34 5030 Wateriine Improvements Quantity A-27 6" Resilient Wedge Gate Valve - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 6" resilient wedge gate valves as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each A-28 10" Resilient Wedge Gate Valve - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 10" resilient wedge gate Valves as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each A-29 12" Resilient Wedge Gate Valve - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12" resilient wedge gate valves as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 4 Each A-30 2" AVAR and Appurtenances - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 2" air-vacuum release assemblies and appurtenances as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each A-31 12" Flange Coupling Adapter - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12" flange coupling adapters as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 6 Each A-32 10" Flange Coupling Adapter - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 10" flange coupling adapter as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 3 Each Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 18 of 34 5030 Wateriine Improvements Quantity A-33 6" Flange Coupling Adapter - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 6" flange coupling adapters as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 4 Each A-34 Anchor Blocks and Encasement Blocks - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, concrete placement, backfill and compaction, and for protection of existing facilities and for doing all the work involved in providing and installing the anchor blocks and encasement blocks as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 45 Cubic Yards A-35 Thrust Blocks - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, rapid set concrete placement, backfill and compaction, and for protection of existing facilities and for doing all the work involved in providing and installing the thrust blocks as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 111 Square Feet A-36 Install 1" Water Service - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, assembly, placement of bedding, backfill and compaction, trench repair and disposal of excess materials and for doing all the work involved in providing and installing the 1" water services as shown on the contract drawings per W-3 and W-25. All meters, endpoints, gaskets and bushings shall be supplied by the District. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 9 Each A-37 Remove Existing and Install New Fire Hydrant - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing and disposing and providing and installing the fire hydrant as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 19 of 34 5030 Wateriine Improvements Quantity A-38 Dewatering - The contract stipulated lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing, installing, and maintaining dewatering operations throughout construction activities including disposal of dewatering wastewater when encountered during construction activities where dewatering is included (i.e. construction of potable water and storm drain pipelines and French drain). The contract stipulated lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Stipulated Lump Sum A-39 Slurry Fill Existing 10" & 12" Asbestos Concrete Pipe not to be Removed and to be Abandoned - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including connections, coordination with property owners, sampling and testing and for doing all the work involved in providing and installing slurry fill for the existing 10" and 12" Asbestos Concrete Pipe to be abandoned. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-40 6-Inch Potable Water Bypass System - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing, installing, and maintaining the 6-Inch potable water bypass system throughout construction activities. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-41 Remove and Dispose Of Existing Asbestos Concrete Pipe Wateriine and Appurtenances - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing and disposing the 12-Inch, 10-inch, and 6-inch asbestos concrete pipe wateriine and appurtenances including unclassified excavation as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 230 Linear Feet A-42 Plug Abandoned Pipe Ends - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved providing and installing the pipe end plugs. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 4 Each Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 20 of 34 5030 Wateriine Improvements Quantity A-43 Signing and Striping - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing all the Signing and Striping including inlet stenciling, address painting and one (1) fire hydrant marker as shown on the contract drawings. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-44 Construction Trailer - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved providing and installing a construction trailer throughout construction activities as well as removal once construction activities are completed. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 4 Months A-45 Utility Relocations not Shown on Plans and as Required by Engineer Per General Provisions Section 3-3 - The contract stipulated lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing utility relocations not shown on plans and as required by engineer. The contract stipulated lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Stipulated Lump Sum A-46 Reset Street Sui-vey Monument Per SDRSD M-10 - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and resetting the street survey monuments per SDRSD M-10. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each A-47 Raise Storm Drain Manhole to Grade - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in raising the storm drain manhole to grade as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 21 of 34 5030 Wateriine Improvements Quantity A-48 AC Removal Beyond 5" Thickness in Patch Areas - The contract stipulated lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, hauling, and disposing the existing asphalt concrete pavement beyond 5-inches thick in the areas identified on the contract drawings. The contract stipulated lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals including disposal fees, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Stipulated Lump Sum A-49 Alternative Bid Item: Aerate and Reuse existing Subgrade Material - The per cubic yard price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, hauling, and staging offsite as necessary and for doing all the work involved in processing and aerating the existing sub-base material to optimum moisture content, and placing and compacting the existing sub-base material to the lines and grades shown. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals including disposal fees, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Page 5 of the Geotechnical Investigation dated October 17, 2012 allows for reuse of the subgrade. This altemative may replace Bid Item A-8. Bid Item A-7. The full 18" section removed will not be reused. Matenal not reused will be hauled away and paid for under Bid Item A-7. 1550 Cubic Yards A-50 Protection of Utilities within Removal Envelope. Protection of utilities within the Removal Envelope as required by Engineer per General Provisions Section 3-3. Protection of utilities to be paid as extra work will include protection of existing utilities, aggregate base, and placement of geotextile per the plans. The contract stipulated lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing utility protection within Removal Envelope not shown on plans and as required by engineer. The contract stipulated lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Stipulated Lump Sum Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 22 of 34 6608 Northwest Quadrant Strom Drain Program Improvements Quantity B-1 Mobilization, Preparatory Work, and Demobilization for Drainage Improvements - See Section 9-3.4.1 ofthe General Provisions. Lump Sum B-2 Remove and Fleplace Cross-Gutter (Bruce Road) - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing and replacing the cross-gutter at Bruce Road as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 300 Square Feet B-3 Remove and Replace Cross-Gutter (Cove Drive) - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing and replacing a portion of the cross- gutter at Cove Drive as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 845 Square Feet B-4 Remove and Dispose of Storm Drain Pipeline (18-inch RCP) - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, removal, disposal, and imported backfill material and for doing all the work involved in demolishing, removing, and disposing the 18-inch storm drains in Adams Street and Park Drive as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 40 Linear Feet B-5 Remove and Dispose of 5'X5'X5' Concrete Storm Drain Inlet Structure - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, removal, disposal, and imported backfill material and for doing all the work involved in demolishing, removing, disposing the 5'x5'x5' concrete storm drain inlet structure in Adams Street as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 23 of 34 6608 Northwest Quadrant Strom Drain Program Improvements Quantity B-6 Remove and Dispose of Curb Inlet and Grate - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing the curb inlets and grates in Park Drive as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each B-7 Abandon Existing 24" RCP in Place with Concrete Cap - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in abandoning the existing 24-inch storm drain in Park Drive and adjacent parking lot as shown on the contract drawings. The contract lump sum price paid for this bid item shall constitute full compensation to furnish material and labor to cap and fill existing storm drain with slurry fill accordance with Section 201-1, the construction drawings, and contract documents. This includes but is not limited to potholing of existing storm drain, excavation, backfill, compaction, resurfacing, aggregate base, and no additional compensation will be allowed therefore. Storm drain pipeline length is 150 feet. Lump Sum B-8 Construct Type-I Catch Basin - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, placement, backfill and compaction, asphalt concrete placement and finishing adjacent to the inlet, and disposal of excess materials and for doing all the work involved in constructing the Type-I catch basin per SDRSD D-29 in Bruce Road as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each B-9 Construct 12-inch HDPE Storm Drain System - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, assembly, placement of bedding, backfill and compaction including but not limited to the surface preparation for the pedestrian ramp replacement, and disposal of excess materials for doing all the work involved in constructing the 12-inch HDPE storm drain in Bruce Road and Park Drive to the lines and grades shown in the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 60 Linear Feet Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 24 of 34 6608 Northwest Quadrant Strom Drain Program Improvements Quantity B-10 Construct 18-inch RCP Storm Drain - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, assembly, placement of bedding, backfill and connpaction, and disposal of excess materials and for doing all the work involved in constructing the 18-inch RCP Storm Drains in Park Drive and Adams Avenue as identified on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 40 Linear Feet B-11 Construct Type B Curb Inlet - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, placement, backfill and compaction, and for doing all the work involved in constructing the Type B curb inlets along Park Drive per SDRSD D-2 as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each B-12 Construct Type A Storm Drain Cleanout - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, placement, backfill and compaction, and for doing all the work involved in constructing a Type A storm drain cleanout per SDRSD D-9 in Park Drive as shown on the contract drawings. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each B-13 Construct French Drain System - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in constructing the French Drain System in Park Drive as identified on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 445 Linear Feet Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 25 of 34 6608 Northwest Quadrant Strom Drain Program Improvements Quantity B-14 Remove Existing Concrete Sidewalk and Curb Inlet Lid and Reconstruct - Remove the existing concrete sidewalk and curb inlet lid located on the North side of Adams Avenue and replace per SDRSD D-2 as modified by city of Carisbad. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, including demolition, removal, disposal fees, and reconstruction and all work necessary to complete the improvement in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each 6013 Concrete Repair Program Improvements Quantity C-1 Mobilization, Preparatory Work, and Demobilization for Drainage Improvements - See Section 9-3.4.1 ofthe General Provisions. Lump Sum C-2 Remove and Replace 4-inch Thick Sidewalk - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing, and constructing the concrete sidewalk per SDRSD G-7 along both sides of Park Drive including the intersection with Adams Street, Cove Drive, and Bruce Road. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1750 Square Feet C-3 Remove Existing Curb and Gutter and Replace With Curb and Gutter Per SDRSD G-2 - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing, and constructing the concrete curb and gutter along Park Drive including the intersections with Adams Street and Cove Drive per SDRSD G-2. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 300 Linear Feet C-4 Reestablish Property Corners - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in reestablishing the property corners resulting from sidewalk replacement. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 5 Each Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 26 of 34 6013 Concrete Repair Program Improvements Quantity C-5 Reconstruct Pedestrian Ramp at the Intersection of Bruce Road and Park Drive - The contract lump sum price shall include full compensation for furnishing ail labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the pedestrian ramp, at the intersection of Bruce Road and Park Drive as identified on the contract drawings. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum C-6 Construct Pedestrian Ramp per SDRSD G-29 - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing ail the work involved in constructing three (3) pedestrian ramps, one (1) at the intersection of Adams Street and Park Drive and two (2) at the intersection of Cove Drive and Park Drive, per SDRSD G-29 as identified on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 3 Each C-7 Remove and Replace Curb per SDRSD G-11 - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing, and construction of the concrete curb per SDRSD G-111 as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the v^ork in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 145 Linear Feet C-8 Remove 4-inch Thick Sidewalk and Replace with 7.5-inch Thick Sidewalk - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, and disposing the existing 4-inch thick sidewalk and constructing a 7.5-inch thick sidewalk in its place along Park Drive at the entrance to the parking lot as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 210 Square Feet END OF SECTION Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 27 of 34 SECTION 01360 PRECONSTRUCTION AUDIO-VIDEO DOCUMENTATION PARTI GENERAL A. DESCRIPTION This section includes materials and performance for preconstruction audio-video documentation and generally defines Contractor's responsibilities, unless otherwise stated, for the following: 1. Equipment 2. Submittals 3. Technique 4. Quality assurance B. VIDEO AND AUDIO QUALITY 1. Documentation shall be performed by a responsible commercial firm skilled and regulariy engaged in the preparation of preconstruction color audio-video DVD documentation acceptable to the Owner. 2. Completed documentation shall reproduce bright, sharp pictures with accurate colors and shall be free from distortion or any other significant picture imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity, and be free of distortion. 3. The Owner's Representative will accompany the commercial firm in performing the audio-video documentation. One person will accompany the commercial firm to observe the documentation effort. The accompanying personnel may direct the commercial firm to record certain features observed. Notify the Owner's Representative seven days in advance so that the accompanying personnel can be scheduled. 4. Construction shall not proceed until the Owner and Owner's Representative have reviewed the documentation and notified the Contractor of its acceptability. It is anticipated that such review will be completed within 10 days after submittal. C. MEASUREMENT AND PAYMENT . No separate payment item is provided for this work. The cost of performing this work shall be incorporated into the bid item for Mobilization and Preparatory Work. PART 2 MATERIALS A. Recording Eguipment Utilize color video camera having: 1. EIA Standard: NTSC-type color, 1.0 volt, 75 ohms 2. Horizontal resolution of 350 lines at center 3. 8:1 zoom, minimum Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 28 of 34 B. Recording Media Utilize a high resolution DVD with extended still frame capability. PARTS EXECUTION A. COVERAGE 1. Record coverage of surface features located within 100 feet of where construction will take place including, but not limited to: a. Roadways, driveways, sidewalks, bicycle paths, and railroads b. Buildings, walls, retaining walls, and seawalls c. Ponds, culvert ends, and drainage structures d. Landscaping, trees, shrubbery, fences, and irrigation heads. 2. Record the individual features of each item with particular attention being focused upon the existence of any existing faults, fractures, or defects. 3. Control pan rate, rate of travel, camera height, and zoom rate to maintain a steady clear view. 4. Limit recorded coverage to one side of any street at any one time. 5. Create a single, continuous, unedited recording which begins and ends within each portion of a particular construction area. The recording shall proceed in the direction of ascending baseline stationing. B. AUDIO CONTENT 1. Simultaneously record audio content during videotaping. 2. Audio recording shall assist in viewer orientation and in any needed identification, clarification, or description of features being recorded. 3. Audio recording shall only consist of camera operator commentary. C. INDEXING 1. Permanently label each DVD with a sequential number and the project name. 2. Index each DVD with a digital record of the time and date of the recording which is continuously displayed as the tape or DVD is played. 3. Prepare a written log which describes the contents of each DVD including: a. Names of streets or easements. b. Coverage begin/end station and location. c. Recording date. D. CONDITIONS 1. Record coverage during dry, clear weather and during daylight hours only. Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 29 of 34 2. Record coverage when the area to be videoed is free of debris or obstructions. 3. Record coverage no more than 21 days prior to mobilization at the site. END OF SECTION Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 30 of 34 15059 WATER SERVICE CONNECTION PARTI GENERAL A. Worker Identification All contractor field representatives will wear a badge and presentable clothing (uniforms desired) cleariy identifying the Contractor's company name. A safety vest is mandatory for all field personnel. Field representatives will be neatly groomed while working in the field representing the District and shall treat consumers with the utmost courtesy since this may be the only contact that the consumer has with District representatives. Installers must promote a professional image and use appropriate language at all times. All vehicles shall have some type of decal identifying the contractor. Also, all vehicles must be in good repair and have a current valid license plate. B. Safetv Precautions Safety cones will be placed at the curb and pedestrian walkway to alert pedestrians of ongoing work. In the event work is taking place on a busy street requiring traffic lane closure, all delineation must be in place and set-up according to the MUTCD. The Contractor shall provide a fire extinguisher to each installer using a torch to replace meters. In addition to all essential tools and equipment, contractor will provide each installer with protective eye wear, gloves, and other safety equipment as required. Employees shall carry adequate first aid supplies to provide minor medical assistance. In the event of injuries requiring professional medical assistance, employees should at all times be aware ofthe nearest medical facilities. C. Water Suppiv Protection No chemicals will be used in or around the water service line or within the meter pit. Weeds will be manually removed and ants or other insects will be flushed away from the meter replacement area with clean water only. Contractor shall verify that water is turned back on after completing installation, or if water was in an OFF position upon arrival that it is turned off prior to leaving each site. Contractor shall be back-charged at City's current houriy rate if the District must dispatch a service person to turn on/off the water following Contractor's failure to do so. All water lines will be thoroughly flushed when being placed back in service after meter exchange. In cases where the Contractor has not properly flushed a line. Contractor shall be fully responsible for repairing any clogged faucets, toilets or any other plumbing fixtures in the home for a total of one complete billing cycle (30 days). Should reports of clogged lines or plumbing problems be received after hours and require a District employee to respond, the Contractor will be back charged for services performed. PART 2 MATERIALS A. Materials Supplied by District: All meters, endpoints, gaskets and bushings shall be supplied by the District. Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 31 of 34 B. Materials shall be per CMWD Appendix C, W-3 and W-25. PART 3 EXECUTION A. Steps for Meter Replacement Below are the steps an installer is to follow at every subject meter setting: 1. Setting Identification - Upon arrival to a designated meter site, installer shall verify location by matching address, whenever possible, and the serial number of meter on the Service Order form to meter in box. If numbers match, the installers can proceed. Should there be a discrepancy between exchange service order form serial number and subject meter number, installer shall verify street location and note discrepancy on exchange service order form. Inspection of register shall also be made at time of initial identification to determine any usage on service location at that time. Identify existence and condition of meter couplings, if nonexistent or in bad shape, skip meter and report to District within 24 hours. 2. Cleaning of Meter Box - Installer shall clean dirt and debris out of meter box to ensure enough space to replace meter without getting dirt and debris inside of meter. 3. Customer Contact - Before water is shut off installer will make contact with customer to advise them thatvthe water is about to be turned off. In the case of single-family residence installer shall knock on all customer doors and advise them of the nature of their visit and that water service will be interrupted for a short period of time. If no one comes to the door and movement of meter is present, installer shall bypass setting temporarily and return a short time later. Should no one be home and the meter is not indicating flow, installer shall proceed with meter exchange. In cases where customer refuses to have meter replaced, skip locations and make a note on the service order as such and report to District within 24 hours. 4. Isolation at House and Business - After customer notification, installer shall locate customer house or building shut-off valve and depending on condition of house or building valve, close. (NOTE: Debris in meter pit should .be removed prior to disruption of water service). Care should be taken when operating customer's valve, extreme force should not be used to open or close the valve. If valve is not operating, change meter with valve open. All debris from meter pit is to be removed prior to leaving each job site. 5. Isolation at Curb - Installer shall place safety cones at curb and walkway. Installer shall then shut off inlet curb valve taking care not to make abrupt movements that may damage valve. District will conduct training on various shutoff valves. A shut off tool designed specifically for turning water service valves must be used at all times. NOTE: IF THE CURB STOP IS FROZEN OR DIFFICULT TO OPERATE, SKIP AND REPORT TO DISTRICT: DO NOT USE FORCE. ALSO, IF SHUT OFF VALVE IS IN THE OFF POSITION PRIOR TO REMOVAL OF METER, VALVE WILL NEED TO BE PUT BACK IN THE SAME POSITION AFTER INSTALLING THE NEW METER AND THE LINE HAS BEEN FLUSHED. Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 32 of 34 6. Removal of Meter - With line isolated, installer shall use appropriate wrenches to loosen meter couplings. Final reading on old meter is to be written on the side of new meter with permanent marker. 7. Installation of New Meter - New meter shall be installed in place of removed meter with new meter gaskets. If there is a 1 1/4" x 1" bushing attached to meter it is to be reused (It may be necessary to replace the gasket within the bushing). If the bushing cannot be reused replace it with a new one. Gaskets and bushings to be supplied by the District. Contractor is responsible for any meters installed backwards. The District will back-charge the Contractor for consumption of all meters that are installed backwards and for the time spent for correction. 8. Flushing of Line - Installer shall locate the hose bib nearest to the meter. Hose bib valve shall be fully opened by installer then curb stop will be partially opened for approximately 10 to 15 seconds to remove any dirt or debris and then taken to a full open position with full discharge of water at the hose bib. The flushing process shall continue until water clears and any entrapped air has a chance to evacuate the line. This shall take an additional 10 to 20 seconds, depending on line size and proximity of hose bib to meter site. Flush the water as to not cause damage to landscaping. With flushing complete, hose bib can be shut down and once pressurization occurs, check for any sign of leakage and movement. 9. Customer Notice - Should meter continue to indicate flow after turning water back on Installer shall try to make contact with customer. If customer cannot be contacted the Installer shall turn the water off at the customer's valve (or curb valve if customer's valve is not functioning) and leave a blue door tag on front door explaining why the water is off. Door tag will be provided by CMWD. 10. Installation of Endpoint - Contractor shall plug the connector coming off of meter register into the lower receptacle of the Itron 100W endpoint. Security clip shall then be attached. Endpoint shall then be secured in box by placing it in an upright position on fixed bracket on the side of the meter register or on pipe supplied by the District. 11. Completion - Contractor shall make every effort to restore site to its original condition. This shall include clean-up of all debris (in and outside of box), maintenance of foliage/trees with minimal damage, etc. Contractor shall be responsible for any meter /ea^age after new installations for a period of one full billing cycle (30 days). B. Workday Completion At the end of each workday, and no later than the next morning, the Contractor (Project Manager) shall transmit the completed Service Order Forms to the Inspector or Project Manager. Meters will be returned to the District's yard, location to be determined by Project Manager. Care should be given to all old meters not to damage the register as the reading may need to be verified at a later date. The Contractor shall be responsible for turning in all meters; in the event that an old meter is not turned in, a salvage fee twice the current scrap value will be charged to the Contractor for that meter. If a new meter is not turned in or installed, the Contractor will be charged for the cost of the meter. Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 33 of 34 On-Site Support During the replacement program if any breakage occurs to customer's service line, the Contractor is responsible for making the necessary repairs to these lines. Service line is described as pipe that runs from the back of the customer handle valve in meter box to the entrance to the customers dwelling or place of business. Contractor is responsible for any customer service line breakage for 30 days after meter exchange. Contractor must have appropriate pipe and fittings in the field to make the repairs in a timely manner. In the case that there is breakage to the District's service line the District shall be immediately notified by the Contractor of breakage. The District will make the necessary repairs at no expense to the Contractor. NOTE: IF THE CURB STOP IS FROZEN OR DIFFICULT TO OPERATE, SKIP AND REPORT TO DISTRICT IMMEDIATELY: DO NOT USE FORCE. END OF SECTION Contract No. 5030, 6608 & 6013/Bid No. PWS13-32UTIL Addendum No. 1 Page 34 of 34 CONTRACT PUBLIC WORKS day of 3^Cj(o[ This agreement is made this 2013, by and between the Carisbad Municipal Water District of the City of Carisbad, California, a municipal corporation, (hereinafter called "District"), and Schilling Paradise Corporation whose principal place of business is 697 Greenfield Drive El Cajon CA 92021 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform ali work specified in the Contract documents for: PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 (hereinafter called "project") 2. Provisions of Labor and IVIaterials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; ail of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 40 of 157 Pages 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 District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class 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. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shail proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 41 of 157 Pages reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carisbad's policy for insurance as stated in Citv Council Policv # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the District or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 42 of 157 Pages a. The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the District by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication ofthe Department of Insurance ofthe State of California and/or under the standards specified by Citv Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. ^¥ Revised 09/11 /12 Contract No. 5030, 6608, & 6013 Page 43 of 157 Pages (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carisbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carisbad 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 Board of Directors of the Carisbad Municipal Water District of the City of Carisbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is Sar] Diego County, California. I have read and understand all provisions of Section 11 above. init init Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 44 of 157 Pages 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 ofthe Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 45 of 157 Pages 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "Genera! Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: By (nandfe of Contractor) (sign here) (print name and title) By: (sign here) CARLSBAD MUNICIPAL WATER DISTRICT, a municipal corporation of the State of California President ATTEST Secretary (print name and title) V O • > President or vice-president and secretary or assistant secretary must sign for corporation^. ^ only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 46 of 157 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § use State of California County of On before me, Date Here Insert Name'ancl Title of the OfficeiU I personally appeared Name{s) of Signer(s) AMANDA J GELLER Commission # 1925916 Notsry Public - California San Diego County g My Comm. Expires Mar 4. 2015^ z z who proved to me on the basis of satisfactory evidence to be the personCs)* whose narr\e{s) is/are subscribed to the within instrument and acknowledged to me that he/ahe/they executed the same in his/hei/llieii authorized capacity (ies), and that by hisZ-het/lliuti signature(*)- on the instrument the person(8)fT or the entity upon behalf of which the person^ff) 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 haind and official seal Place Notary Seal Above Signature OPTIONAL — Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here 1 © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Bond: #0170904 Premium: $11,396.00 FAITHFUL PERFORMANCE/WARRANTY BOND Board of Directors of the Carisbad Municipal Water District located in the State of California, by Resolution No. 1472, adopted June 11, 2013, has awarded to Schilling Paradise Corporation (hereinafter designated as the "Principal"), a Contract for: PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 in the City of Carisbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SCHILLING PARADISE CORPORATION, as Principal, (hereinafter designated as the "Contractor"), and Berkley Regional insurance Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of Seven Hundred Eighty Nine Thousand Six Hundred Seventeen Dollars ($789,617), sard sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carisbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; othenwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 49 of 157 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of June _, 20i3_. CONTRACTOR: Schilling Paradise Corporation, Inc. Executed by SURETY this i9th of June SURETY: day ,20 13 (name of Cqrjtractor) By: (sigri mk^i (print name here) (Title and Organization of Signatory) Berkley Regional Insurance Company (name of Surety) 505 N. Brand Blvd., Suite 1040 Glendale, CA 91203 (address of Surety) (818) 550-1403 (telephone number of Surety) By: (sign here) (signature of Attorney-in-Fact) Janina Monroe (print name here) (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 50 of 157 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § ii89 State of California County of irnia } on ^aV\}2^10\'^ before me, /^fudkjTf GfijIf V. klMlJUA- Pu^I/^. Date » . Hera Insert Name and Tiie of the Officer f\ Name(s) of Signer(s) personally appeared AMANDA J GELLER Commission # 1925916 Notary Public - California f 1 \^imet^ 0*^9° County 5 My Comm, Expires Mar 4. 2015 f who proved to me on the basis of satisfactory evidence to be the person^©) whose name(e) is/«fe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/bef/their authorized capacity (ies), and that by his/he*4heir signature(s) on the instrument the person(d), 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 h^nd and official seal Place Notary Seal Above Signature^ OPTIONAL - Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Los Angeles On June 19, 2013 before me, Date } Susan E. Morales, Notary Public Here Insert Name and Title of the Officer personally appeared Janina Monroe Name(s) of Signer(s} ^ ' SUSAN E. MORALES | '^^^ COMM # 1930723 z I'^y LOS A'^CELES COUNTY | ^My Comm. ex^-.iffes March 28.20151 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person()^) whose name()?) is/^o*^subscribed to the within instrument and acknowledged to me that)®5/she/5iw executed the same in ^j^j^/her/S©^ authorized capacityOi©©^!, and that by K)fe/her/teixsignature(x) on the instrument the person(X), or the entity upon behalf of which the person(X) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature Signature of Notary Public Susan E. Morales OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: _Schi!lina^Pajrad^^ ....... ^ Document Date: ^^^^I}^..}^./.!^. Signer(s) Other Than Named Above: NONE Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: J.aniniMo.nro^^^^^^ • Individual • Corporate Officer — Title(s): • Partner — • Limited • General [Xl Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s); • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1-800-876-6827 Bond: #0170904 Premium included with the ^ Performance Bond. LABOR AND MATERIALS BOND Board of Directors ofthe Carlsbad Municipal Water District located in the State of California, by Resolution No. 1472, adopted June 11, 2013, has awarded to Schilling Paradise Corporation (hereinafter designated as the "Principal"), a Contract for: PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, SCHILLING PARADISE CORPORATION, as Principal, (hereinafter designated as the Xontractor"), and Berkley Regional insurance Company ^ as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of Seven Hundred Eighty Nine Thousand Six Hundred Seventeen Dollars ($789,617), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 ofthe Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9654. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 47 of 157 Pages Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this day day of. June CONTRACTOR: Schilling Paradise Corporation, Inc. (name of Contractor) P By: (sign here) 17^ t>\odir (print name here) By:. (title and organization of signatory) (sign here) Executed by SURETY this I9th of . 20JJ SURETY: Berkley Regional Insurance Company (name of Surety) 505 N. Brand Blvd., Suite 1040 Glendale, CA 91203 (address of Surety) (818>550-1L'^3 e nurtr Der ot Surety) (signature of Attorney-in-Fact) Janina Monroe (print name here) (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: AssistaYit General Counsel Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 48 of 157 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § I I89 State of California County of Sam ^iiji } On before me, Altlftfl^^ Cn-fJliUTi NohcnYral^Lu. Date < _ » Here Insert Name and Title of the Officer (j personally appeared Name(s) of Signer{s) Z > My Comm. Expires Mar 4, 2015t AMANDA J GELLER Commission # 1925916 Not9ry Public - California San Diego County who proved to me on the basis of satisfactory evidence to be the person(s) whose name(8) ia^ subscribed to the within instrument and acknowledged to me that he/ehc/thcy executed the same in his/her/their authorized capacity(i©s), and that by his/hef/their signature(s)' on the instrument the person]^), or the entity upon behalf of which the person(e) 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 Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Los Angeles On June 19, 2013 Date before me. } Susan E. Morales, Notary Public Here Insert Name and Titie of the Officer personally appeared Janina Monroe Name(s) of Signer(s) limn.. SUSAN E= MORALES | C0rv1?.,.l# 1930723 >: LOS A»r.i:LE?. COUNTY < f ^^••^"f'^'iV Comm rXiVi Si Ma»'ch 28, 20151 M • ^ .jKf Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(x) whose name^s^) is/50iO(subscribed to the within instrument and acknowledged to me that)®s/she/5^w executed the same in &fli$/her/5®i@<iX authorized capacity^i©©^. and that by K)^/her/5d©0(signature(:«) on the instrument the person(X), 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. Signature rOtncld^ Signature of Notary Public _ •- i ^ Susan E. Morales OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: SchiJIjng Parad^^^^^^ . ... Document Date: June 19, 2013 Number of Pages: Signer(s) Other Than Named Above:. NONE Capacity(ies) Claimed by Signer(s) Janina Monroe Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General 1X1 Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 9350 De Soto Ave., RO. Box 2402 • Cfiatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1-800-876-6827 No. 7798e • ' ' POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attomey affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, has made, constituted and appointed, and does by these presents make, constitute and appoint: Janina Monroe, Paul Boucher, Thomas G. McCall, Michelle Haase or Dennis E. Langer of Lockton Insurance Brokers, LLC, A Division of Lockton g Companies, LLC of Irvine, California its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty ^ Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the -^same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers ofthe Company at its ^ ^principal office in their own proper persons. CO _3 i .SThis Power of Attomey shall be construed and enforced in accordance with, and governed by, the laws ofthe State of Delaware, ."H ^without giving effect to the principles of conflicts of laws thereof This Power of Attomey is granted pursuant to the following ^resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: •-^ B ^ ^ "RESOLVED, that the proper officers ofthe Company are hereby authorized to execute powers of attomey authorizing and 2 ^ qualifying the attomey-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations ^ Si on behalf of the Company, and to affix the corporate seal of the Company to powers of attomey executed pursuant hereto; ? g and fiirther o 2 c ^ c RESOLVED, that such power of attomey limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attomey revokes all previous powers issued on behalf of the attomey-in-fact named; and -g y further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attomey or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation ofthe Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued." o -a BIN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its ^corporate seal hereunto affixed this _l_ day of n%^\-—- 2013. ° Attest: f Berkley Regional Insurance Company o ^(Seal) By ^ / By ^l/j/hJUy 1^ Ira S. Lederman ( JeMiiiWi Hafter Senior Vice President & Secretary Sefiibr Vice President 2 ^WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT ) ) ss: ^ B COUNTY OF FAIRFIELD ) g oSwom to before me, a Notary Public in the State of Connecticut, this _[ day of ^l/lOuJi 2013, by Jeffrey M. Hafter and I ^Ira S. Lederman who are swom to me to be the Senior Vice President, and the S^ior VicTeff^resident ai)d Secretary, respectively, of § ^Berkley Regional Insurance Company. X j/ / fj ~~ < s 1 o KATHLEEN CORE?C NOTARY PUBUC "CONNECTICUT Notary Public, State of CfM^\^^(^^^^^^^^^ CERTIFICATE g 3l, the undersigned. Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the g -foregoing is a true, correct and complete copy of the original Power of Attomey; that said Power of Attomey has not feeeu revoked ^ oor rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this > "^ower of Attomey is attached, is in full force and effect as of this date. jy j 0 2013 Given under my hand and seal of the Company, this day of (Seal) 2017 Instructions for Inquiries and Notices Under the Bond Attached to This Power Berkley Surety Group, LLC is the affiliated underwriting manager for the surety business of: Acadia Insurance Company, Berkley Insurance Company, Berkley Regional Insurance Company, Carolina Casualty Insurance Company, Union Standard Insurance Company, Continental Western Insurance Company, and Union Insurance Company. To verify the authenticity ofthe bond, please call (866) 768-3534 or email BSGInquiry@berkIeysurety.com Any written notices, inquiries, claims or demands to the surety on the bond to which this Rider is attached should be directed to: Berkley Surety Group, LLC 412 Mount Kemble Avenue Suite 3ION Morristown, NJ 07960 Attention: Surety Claims Department Or email BSGClaim@berkleysurety.com Please include with all notices the bond number and the name of the principal on the bond. Where a claim is being asserted, please set forth generally the basis of the claim. In the case of a payment or performance bond, please identify the project to which the bond pertains. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and whose address is hereinafter called "Contractor" and \ whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which othen/vise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 51 of 157 Pages 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that the District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf ofthe District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title FINANCE DIRECTOR Name Signature Address 1635 Faradav Avenue. Carlsbad. CA 92008 For Contractor: Title Name Signature Address Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 52 of 157 Pages For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: Title PRESIDENT Name Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 53 of 157 Pages GENERAL PROVISIONS FOR PARK DRIVE WATERLINE IMPROVEMENT AND NORTHWEST QUADRANT STORM DRAIN PROGRAM CONTRACT NO. 5030, 6608, & 6013 CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 « TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS - Unless 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 ofthe 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 properiy 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 09/11/12 Contract No. 5030, 6608, & 6013 Page 54 of 157 Pages Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the Carlsbad Municipal Water District. Agreement ~ See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed Immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder-Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board •- The officer or body constituting the awarding authority of the Agency, the Board of Directors of Carisbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents). Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 55 of 157 Paqes issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless othenA/ise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - persons designated by the City Manager of the City of Carisbad or Executive Manager of the Carisbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carisbad or the Executive Manager for the Carisbad 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 Carisbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. ^¥ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 56 of 157 Pages 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 Wori<. Further, such employees have their employment taxes. State disability insurance payments. State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 57 of 157 Pages Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 58 of 157 Pages All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surl'ace ALT Alternate APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W.... Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR 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 Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR... Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb retum EF Each face EG. Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized ^^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 59 of 157 Pages GAR Garage and Garages Gip..y..!. Galvanized iron pipe GL.... Ground line or grade line GM *........ G^s meter GNV ....."....". Ground Not Visible GP..."".y."'"! Guy pole GPM..."... gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H !"..'..*.. High or height HB"' ^ ' Hose bib HC.... House connection HDWL".".!"....^! Headwall HGL Hydraulic grade line HORIz" Horizontal HP........" Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID inside diameter 1NCL!!!"!'I"!"""!" Including l|sj5P Inspection \H\/..Z^Z'ZZ'ZZ Invert IP Iron pipe JG 7.... Junction chamber JCT ....""".....".. Junction JS ..!!.....!!.."......".' Junction structure JJ Joint L Length LAB Laboratory LAT La^rai l_B Pound LD ".....!!!.....!.. ^".' i-ooal depression LF ..........!.....".."... Linear foot l_H Lamp hole LL ..!y.!y.......!".7..^". Live load LOL Layout line LONG.'.!..'^............."-.• Longitudinal LP " Lamp post LPS Low pressure sodium (Light) LS Lumpsum LTS "....'..""""."."' Lime treated soil LWD Leucadia Wastewater District M/\INT Maintenance MAX ''ZZZZZ Maximum MCR Middle of curb return MEAS!.." Measure MH Manhole, maintenance hole MIL SPEC" Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL ..Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD ".........!" .. North County Transit District NRCP Nonreinforced concrete pipe QBS Obsolete OC ......""........"."..". 0" 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 vertical curve PSI Pounds per square inch PT Point of tangency PVC ! Polyvinyl chloride PVMT!!!!!!!!!!!! pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O!!!!!!!!!!!!!!!!!! Rock and oii 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 REP Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR! San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC!!!!!!!!! section SF...!!!!!.! Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWc!!! Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HWY State highway STA Station Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 60 of 157 Pages STD Standard STR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC... Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook WI Wrought iron WM VVater meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute AP' American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Wori<s Association PHWA Federal Highway Administration GR' Geosynthetic Research Institute I^EMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) Ul- UndenA/riters' Laboratories Inc. I-ISGS United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 61 of 157 Pages 1 -4.2 Units of Measure and Their Abbreviations. u s. Customary Unit (Equal To) SLUmt fAbbreviationsi (Abbreviations) 1 mil (=0 001 in) 25.4 micrometer (^rn) (in) 25.4 millimeter (mm) nch n 2.54 centimeter (cm) foot (ft) 0-3048 meter (m) vard (vd) 0.9144 meter (m) ^^l e(mi) 1.6093 kilometer (km) 1 Siuare Luft^) 0.0929 square meter m') IS vard/y^^^^^ 0.8361 square meter (gi^) Sbfc foot (ftV 0.0283 cubic meter (mp cub c vard (vd'i 0.7646 cubic meter m^) Irrl ^ 0.4047 hectare (ha) 1 II q nalTon /aa^^^^ 3-7854 Liter (L) 1M6 S S'ilz!)!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!! ^^^^^llS^'rff 1 pound mass (lb) (avoirdupois) S noa^i'&nr^^^^^ 1 bunce mass oz) S Qnlfrnnni^?^^^^ 1 Ton (=2000 lb avoirdupois) g;fp™-^^^^^^^^ 1 centistokeics)!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!! ^SlSi^sP 1 nnunH force (Ibf) 4.4482 Newton (N) 1 gouSdJ^r inch-p^ 6.8948 K^JPa^(kPa) 1 pound force per foot (Ibf/ft) 1 j4594 Newton per 1 foot-pound force (ft-lbf) ^«CQ xS^niA^ 1 foot-pound force per second ([ft-lbf]/s 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (T): Pr®?.'?o^F^f'"f. °F = (1.8x°C) + 32 C-( F-32)/1.8 SI Units (abbreviation^ Commonly Used in Both Svstems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) kilo (k) ]^.2 centi (c) '^.3 milli (m) micro (n) nano (n) pico (p) 9 r12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds ^ Number / per or (between words) Degree PL Property line CL Centeriine SL Survey line or station line Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 62 of 157 Pages SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construc- tion of the work or improvements, or a subcontractor licensed by the State of California ^% who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as othenA/ise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 63 of 157 Pages Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent ofthe Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature ofthe authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 64 of 157 Pages The faithful performance/warranty bond will be reduced to 25 percent of the original amount - 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if ali claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end ofthe quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carisbad Engineering Standards (CES), Standard Specifications for Public Works Construction,' (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one set, designated as City of Carisbad Drawing No. DWG 465-7 and consists of 10 sheets. The standard drawings used for this project are the latest edition ofthe San Diego Area Regional Standard Drawings, as issued by the San Diego County Department of Public Works, hereinafter designated SDRSD, together with the most recent editions of the City of Carisbad Engineering Standards and Carisbad Standard Drawings, as issued by the City of Carisbad and the Carisbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 65 of 157 Pages The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion ofthe Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) CMWD Approved Materials List 4) Technical Specifications. 5) Contract addenda, whichever occurs last. 6) Contract. 7) Carisbad General Provisions and Supplemental Provisions. 8) Plans. 9) Standards plans. a) City of Carisbad Standard Drawings. b) Carisbad Municipal Water District Standard Drawings. c) City of Carisbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 10) Standard Specifications for Public Works Construction, as amended. 11) Reference Specifications. 12) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 66 of 157 Pages 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2- 5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 worthing days for review of submittals unless OthenA/ise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review. Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 67 of 157 Pages Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless othenA/ise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless OthenA/ise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201 -1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation sys- tems, street lighting 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 Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 68 of 157 Pages change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the 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 location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be ^g,^ provided by the Agency. Unless othenA/ise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. ofthe California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve othenA/lse. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional ^^^^ services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 69 of 157 Pages 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 perfonning the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8/2" 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 eariier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centeriines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted rafio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of locafion of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stafioning. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construcfion in the area marked. Centeriine monument shall have the disk stamped with the date the monument was set and the registrafion number of the Surveyor. Habitat mitigafion sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the locafion of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical locafion of such adjacent ufility vaults, poles or other facilifies that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 70 of 157 Pages TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake Description ® Centerlme or Parallel to Centeriine Spacing0, ® Lateral Spacing (D, ® 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 curves. Painted line - continuous at clearing line 1' Horizontal Slope RP + Marker Stake Intervisible and <. 50' Grade Breaks &^25' 0.1'Vertical & Horizontal Fence RP + Marker Stake ^ 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' N/A (constant offset) 0.1' Horizontal Rough Grade Cuts or Fills > 10 m (33-) RP + Marker Stake ^50' N/A O.r Vertical & Horizontal Final Grade (includes top of: Basement soil, subbase and base) RP + Marker Stake. Blue- top in grading area < 50' on tangents & curves when R> 1000' & < 25' on curves when R <, 1000' <: 22' V 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 information edge of pavement, paving pass width, crown line & grade breaks %" Horizontal & Vertical Drainage Structures, Pipes & similar Facilities®. ® RP + Marker Stake intervisible & <, 25', beginning and end. BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities. Risers & similar facilities (except plumbing). Skewed cut-off lines as appropriate V Horizontal & Vertical Curb RP + Marker Stake <, 25', BC & EC. at ViA, YiA & '''A on curb returns & at beginning & end (constant offset) %" Horizontal & 'U" Vertical Traffic Signal O Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & Controller ® RP + Marker Stake at each pole & controller location as appropriate %" Horizontal & V4" Vertical Junction Box ® RP + Marker Stake at each junction box location as appropriate %" Horizontal & V4" Vertical Conduit ® RP + Marker Stake <, 50' on tangents & curves when R^ 1000' & <, 25' on curves when R <. 1000' or where grade < 0.30% as appropriate "'/a" Horizontal & when depth cannot be measured from existing pavement V4''Vertical Minor Structure ® RP + Marker Stake + Line Stake for catch basins: at centeriine of box, ends of box & wings & at each end of the local depression ® as appropriate V Horizontal & 'U" Vertical (when vertical data needed) Abutment Fill RP + Marker Stake + Line Stake < 50' & along end slopes & conic transitions as appropriate O.r Vertical & Horizontal ^¥ Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 71 of 157 Pages Feature Staked Stake Description ® Centeriine or Parallel to Centeriine Spacing©, ® Lateral Spacing (D, (S> 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 V4" Horizontal & V4" Vertical Major Structure ® Footings. Bents. Abutments & Wingwalls RP + Marker Stake + Line Point +Guard Stake 10' to 33' as required by the Engineer, BC & EC. transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate %" Horizontal & V4" 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 %" Horizontal & V4" Vertical Miscellaneous ® Contour Grading ® RP + Marker Stake ^50' along contour line O.r Verticals Horizontal Utilities ®. ® RP + Marker Stake < 50' on tangents & curves when R> 1000' & <, 25' on curves when R ^ 1000' or where grades 0.30% as appropriate %" Horizontal & V4" Vertical Channels. Dikes & Ditches ® RP + Marker Stake intervisible & <, 100', BC & EC of facilities, Grade breaks. Alignment breaks. Junctions. Inlets & similar facilities as appropriate O.r Horizontal & V4" Vertical Signs ® RP + Marker Stake + Line Point +Guard Stake At sign location Line point O.r Vertical & Horizontal Subsurface Drains ® RP + Marker Stake intervisible & ^ 50'. BC & EC of facilities. Grade breaks. Alignment breaks, Junctions. Inlets & similar facilities. Risers & similar facilities as appropriate O.r Horizontal & V4" Vertical Overside Drains ® RP + Marker Stake longitudinal location At beginning & end O.r Horizontal & V4" Vertical Markers ® RP + Marker Stake for asphalt street surfacing <, 50' on tangents & curves when R> 1000' & < 25' on curves when R <, 1000'. At maricer location(s) 'U" Horizontal Railings & Barriers ® RP + Marker Stake At beginning & end and <, 50' on tangents & curves when R ^ 1000' & < 25' on curves when R^ 1000' at railing & barrier location(s) %" Horizontal & Vertical AC Dikes ® RP + Marker Stake At beginning & end as appropriate O.r Horizontal & Vertical Box Culverts 10' to 33' as required by the Engineer. BC & EC. transition points & at beginning & end. Elevation points on footings & at invert as appropriate %" Horizontal & V4" Vertical Pavement Markers® RP 200' on tangents. 50' on curves when R > 1000' & 25' on curves when R <, 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker location(s) V4" Horizontal ® staking for feature may be omitted when adjacent mariner stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature ® Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centeriine. ® Some features are not necessarily parallel to centeriine but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade infomiation for each plane of the feature Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 72 of 157 Pages ® > means greater than, or equal to, the number following the symbol. < means less than, or equal to the number following the symbol. ® The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless othenA/ise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Staking 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, intemiediate 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, stonn drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences. R/W lines, easements, propertv monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Secfions 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no addifional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and pracfice required by the Engineer. 2-9.4 Line and Grade. All \Nork shall conform to the lines, elevafions, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 73 of 157 Pages The decision of the Engineer is final and binding on all questions relafing to: quantifies; acceptability of material, equipment, or work; execufion, progress or sequence of work; and interpretation of the Plans, Spedficafions, or other drawings. This shall be precedent to any payment under the Contract, unless othenA/ise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounfing records relative to all its activifies' 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, inspectton of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examinafion, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relafing to all matters covered by this Contract. However, any such activifies 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 rejecfion. 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 spedficafions. Inspectton 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 Spedficafions, requested in writing by the Contractor, which do not materially affect the Wori< 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 reduction in cost or no addifional cost to the Agency. Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 74 of 157 Pages 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in wrifing and state the dollar value of the change or established method of payment, any adjustment in contract time of complefion, 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 substanfial 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 confonnance 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. ^^m^ If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the wori< from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of woric covered by a Contract Unit Price and constmcted in conformance with the Plans and Spedficafions, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the opfion of the Engineer, on the basis of Extra Wori< per Section 3-3. The Extra Work per Secfion 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Confi-act Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Sfipulated Unit Prices are unit prices established by the Agency in the Contract Documents as disfinguished from Contract Unit Prices submitted by the '''^ ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 75 of 157 Pages Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Spedal Provisions. 3-2 4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as OthenA/ise specified in Secfions 3-2.2.2 and 3-2.2.3. 3 2 41 Schedule of Values. Prior to construcfion, Contractor shall provide a schedule of values for "all lump sum bid items that shall be used for the purpose of progress payments. The pnces 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 enfirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item pnor to notificafion in wrifing from the Engineer so stafing its elimination. If material conforming to the Plans and Spedficafions is ordered by the Contractor for use in the eliminated item pnor to the date of notificafion of elimination by the Engineer, and if the order for that matenal can not be canceled payment will be made to the Contractor for the actual cost of the matenal. 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 matenal 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 dassified 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, vacafion apprenficeship funds, and other direct costs, resulfing from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor dassificafion 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. Nondired labor costs, induding superintendence, shall be considered part of the markup of Secfion 3-3.2.3 (a). W Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 76 of 157 Pages (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved DIUS sales tax, freight, and delivery. ' The Agency reserves the right to approve materials and sources of supply or to supply matenals to the Contrador if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edifion of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the adual 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 indude the cost of fuel, oil, lubrication, supplies, small tools necessary attachments, repairs and maintenance of any kind, depredation, storage, insurance,' and all inddentals. Necessary loading and transportation costs for equipment used on the extra work shall be induded. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condifion, and suitable for the purpose for which it is to be used. Manufadurer's ratings and approved modificafions shall be used to dassify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental fime for equipment already at the Work site shall be the durafion of its use on the extra work. This 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 doser site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, induding 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 documentafion, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 77 of 157 Pages 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 compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Secfion 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on fonns approved by the Agency. Induded are applicable delivery fickets, 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 unfil such fime that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the dose of the next working day may waive any rights for that day. An attempt shall be made to recondle the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operafion, 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 prompfiy notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in wrifing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical condifions differing materially from those represented in the Contract; 2. Unknown physical 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 09/11/12 Contract No. 5030,6608, & 6013 Page 78 of 157 Pages 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accord- ance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed condifions. If the Engineer determines that conditions are changed conditions and they will materially affect performance fime, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the condifions do not justify an adjustment in compensafion, the Contractor will be notified in writing. This nofice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give nofice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of ali claims in connection therewith. The Contractor shall not be entitled to the payment of any addifional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contrador shall have first given the Engineer due written nofice of potential claim as hereinafter specified. Compliance with this sedion shall not be required as a prerequisite to nofice provisions in Sedion 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 potenfial claim. The Contractor's failure to give written nofice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potenfial claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potenfial 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 ^¥ Revised 09/11/12 Contract No. 5030.6608. & 6013 Page 79 of 157 Pages Contractor shall submit substantiafion of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequenfiy filed on the basis of said notice of potential 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 attenfion of the Engineer at the eariiest possible fime in order that such matters be settled, if possible, or other appropriate acfion promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written nofice of potential claim prior to commendng any disputed work. Failure to give said nofice shall constitute a waiver of all claims in connection therewith, ff the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contrador to proceed with the work. Prior to proceeding with dispute resolufion pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construcfion Manager 3. Deputy City Engineer, Construcfion Management & Inspection 4. City Engineer 5. General Manager The Contractor shall submit a complete report within 20 working days after complefion of the disputed work stating its position on the daim, the contractual basis for the daim, along with all documentation supporting the costs and all other evidenfiary materials. At each level of daim or appeal of daim the District will, within 10 working days of receipt of said daim or appeal of claim, review the Contractor's report and respond with a posifion, request addifional informafion or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 10 working days of receipt of said addifional informafion or Contractor's presentafion of its report. The Contractor may appeal each level's position up to the General Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolufion chain of command is limited to recommending a resolution to a claim to the General Manager. Actual approval of the daim 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 (commendng with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This artide applies to all public works daims 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 resulfing from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article ^¥ Revised 09/11 /12 Contract No. 5030,6608. & 6013 Page 80 of 157 Pages 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work" has the same meaning as in Secfions 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents ofthe 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 entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in wrifing and include the documents necessary to substanfiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede 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 daim, any addifional 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 documentafion or within a period of time no greater than that taken by the claimant in producing the additional informafion, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in wrifing to all written claims within 60 days of receipt ofthe claim, or may request, in wrifing, 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 ofthe local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in wrifing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the fime prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Secfion 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the fime the claimant submits his or her written claim pursuant to "^1 subdivision (a) unfil the time that claim is denied as a result of the meet and confer process. ¥ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 81 of 157 Pages induding any period of fime utilized by the meet and confer process. (f) This artide does not apply to tort daims and nothing in this artide is intended nor shall be construed to change the fime periods for filing tort daims or acfions specified by Chapter 1 (commendng with Secfion 900) and Chapter 2 (commendng with Secfion 910) of Part 3 of Division 3.6 of Tifie 1 of the Government Code. 20104.4. The following procedures are established for all civil acfions filed to resolve daims subject to this article: . , *u (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 mediafion unless waived by mutual sfipulafion of both parties. The mediafion process shall provide for the selecfion within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal and shall be conduded within 15 days from the commencement of the mediafion unless a time requirement is extended upon a good cause showing to the court or by stipulafion of both parties. If the parties fail to seled a mediator within the 15-day penod, any party may petition the court to appoint the mediator. . ^. . , u * *• (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuan to Chapter 2.5 (commendng with Section 1141.10) of Tifie 3 of Part 3 ofthe Code ol Cm\ Procedure, notwithstanding Secfion 1141.11 of that code. The Civil Discovery Act of 1986 (Artide 3 (commendng with Sedion 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 aDDointed for purposes of this artide shall be experienced in construcfion law, and, upon stipulafion of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or (3)TnVddit^^^ to Chapter 2.5 (commendng with Section 1141.10) Tifie 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a tnal de novo but does not obtain a more favorable judgment shall, in addifion to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the tnal de novo. (c) The court may. upon request by any party, order any witnesses to participate in the mediafion or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a daim which is undisputed except as OthenA/ise provided in the contract. . . .u . i 4 (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitrafion award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. ^¥ Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 82 of 157 Pages SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejecfion. 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 accessit^le for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the durafion of the Contrad. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been Installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless othenA/ise specified, 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 operafions. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certificafion as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspecfion at the source, normally only for performance tesfing. The Specifications may require inspection at the source for other items not typical of those listed in this secfion. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any 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 Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 83 of 157 Pages the State of California, California Code of Regulafions, Tifie 8, Industrial Relafions, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulafions as may apply. Contractor shall furnish Engineer with such informafion as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspecfion or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligafion to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to . purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited tesfing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before produdng any material or equipment. The inspector or representative of the tesfing 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 Contrad requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspecfion and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, induding salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporafion in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for tesfing to the place and at the fime designated by the Engineer. Unless othenA/ise provided, all initial tesfing will be performed under the direcfion of the Engineer, and at no expense to the Contrador. If the Contractor is to provide and pay for testing, it will'be stated in the Spedficafions. For private contracts, the tesfing expense shall be borne by the pennittee. The Contractor shall nofify the Engineer in writing, at least 15 days in advance, of its intenfion to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for tesfing or inspecfion, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical 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 fime during their preparafion and use. If, after incorporafing such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 84 of 157 Pages furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials 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 detennine 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 description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contrador shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characterisfics, including durability, finish, effidency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute Item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contrador shall furnish and install the specified material. The specified Contract complefion time shall not be affeded 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 substitution is determined to be unsafisfadory in perfonnance, 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. Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 85 of 157 Pages The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulafions pertaining to weighing devices. A certificate of compliance shall be presented, prior to operafion, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the applicafion of any factor. The figures of the scales shall be deariy 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 operafing 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 tesfing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibrafion certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradid the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative invesfigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observafions of the same or similar materials are diverse enough such that the work acceptance or perfomiance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradicfion. If the cooperative invesfigafion reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative invesfigation conduded. Whenever the cooperative investigation is unable to reach resolution, the invesfigafion may then either condude without resolution or continue by written notification of one party to the other requesfing the implementafion of a resolution process by committee. The confinuance of the investigation shall be contingent upon redpient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the Investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative invesfigafion and will re-consider all available informafion and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 86 of 157 Pages 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 formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolufion process by committee shall confinue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formafion of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless OthenA/ise agreed, the Contractor shall bear and maintain a record for all the invesfiga- tive costs until resolufion. Should the investigation discover assignable causes for the contradidion, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. 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 substanfiate a contradicfion without assignable cause, the invesfigation 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 all investigative costs. All claim notifica- tion requirements of the contract pertaining to the contradiction shall be suspended unfil the invesfigafion is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Secfion 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a descripfion of the 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 Contrador 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 descripfion of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. ¥ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 87 of 157 Pages 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 ufilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribufion conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Secfion 4216 of the California Government Code, at least 2 working days prior to commendng any excavation, the Contractor shall contact the regional notificafion center (Underground Service Alert of Southern California) and obtain an inquiry identificafion number. The California Department of Transportafion is not required by Secfion 4216 to become a member of the regional notification center. The Contractor shall contact it for locafion of its subsurface installations. The Contractor shall determine the location and depth of all ufilifies, induding service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensafion for such work shall be considered as induded 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 protecfion is required to ensure support of ufilities located as shown on the Plans or in accordance with Section 5-1, the Contrador 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 incorrecfiy on the Plans, the Contractor shall immediately notify the Engineer in wrifing. When authorized by the Engineer, support or protecfion of the ufility will be paid for as provided in Secfion 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any ufility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any ufility damaged if located as noted in Section 5-1. When pladng concrete around or configuous to any non-metallic ufility installafion, 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. Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 88 of 157 Pages 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 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 utilifies within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or construded by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Spedficafions for Public Works Construcfion, Section 301-1.6, 2006. Ufilifies which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be induded in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make ail arrangements and bear all costs. The ufility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construcfion or slope easements. The relocafion of such service connections will be paid for in accordance with provisions of Secfion 3-3. Payment will include the restoration of all exisfing 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 ali 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 Contrador 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 "^^^ satisfacfion of the utility agency or company. Such temporary omission shall be for the Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 89 of 157 Pages Contractor's convenience and no additional compensafion will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the ufility involved unless othenA/ise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of ufilifies. Said notificafion shall be included as a part of the construction schedule required in Secfion 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Secfion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilifies in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocafions, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling offerees, 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 utility 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 otherwise provided herein and unless othenA/ise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and locafion for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstrucfion Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The nofice to proceed will only be issued on or after the completion ofthe preconstruction meefing. 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 09/11/12 Contract No. 5030,6608, & 6013 Page 90 of 157 Pages 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 Secfion 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review ofthe 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 Construcfion Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all projed work as well as periods where work is precluded. The Baseline Construcfion Schedule shall begin with the projeded date of issuance of the notice to proceed and conclude with the date of final complefion per the contract duration. The Baseline Construcfion Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all ofthe adivifies, logic relafionships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part ofthe Baseline Construcfion Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the adivities, showing for each activity the identification number, the description, the duration, the early start, the eariy finish, the late start, the late finish, the total fioat, and all predecessor and successor activifies for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their 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. 6-1.2.4 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 all network informafion 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 ofthe first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durafions shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 91 of 157 Pages 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 evaluafion of progress and of time impacts. Each activity's description shall accurately define the work planned for the adivity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack fime within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construcfion shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construcfion Schedule showing a project durafion 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 fime span of the project. Should the Contractor propose a project durafion shorter than contract durafion, a complete Baseline Construcfion Schedule must be submitted, reflecting the shorter durafion, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project durafion shorter than the durafion specified; provided the Agency is satisfied the shortened Baseline Construcfion Schedule is reasonable and the Agency and all other entifies, 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 durafion project will be confirmed through the execution of a contract change order revising the project duration and implemenfing 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 determinafion 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 Nofice to Proceed by the Engineer. If the Engineer determines that the Construcfion 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 determination that the Inifial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meefing shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construcfion 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 Secfions 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 09/11 /12 Contract No. 5030,6608. & 6013 Page 92 of 157 Pages 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Secfion 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporafing the correcfions 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 Construcfion Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Secfion 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 activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity undenA/ay at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecfing logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addifion of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durafions arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or disfinctive line types to show the crifical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contrador, with any comments, within 5 working days of submittal. The Updated Construcfion Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construdion Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. ^¥ Revised 09/11 /12 Contract No. 5030,6608. & 6013 Page 93 of 157 Pages Upon resubmittal the Engineer will review and return the resubmitted Updated Construdion Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construdion schedule will invoke the same consequences as the Engineer returning a monthly updated construdion 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 Secfion 6-1.8.2. 6-1 4.2 "Accepted with Comments." The Contractor may proceed with the projed work. The Contractor must resubmit the Updated Construcfion Schedule to the Engineer incorporating the corredions 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 Construcfion Schedule to theEngineer incorporating the correcfions and changes noted in the Engineer's comments pnor to receipt of payment per Secfion 6-1.8.2. The Contractor, at the sole opfion of the Engineer mav be considered as having defaulted the contrad under the provisions of Sedion 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 Construdion Schedule as required herein the Contrador may eled to proceed with the projed at its own risk. Shou d the Contractor eled not to proceed with the projed, any resulting delay, impad, or disruption to the project will be the Contractor's responsibility. 6-15 Late Completion or Milestone Dates. Should the Schedule Update indicate a complefion or contractually required milestone date later than the properly adjusted contract or milestone durafion, 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 vvork become substantially different from that depicted in the Projed Schedule, independenfiy of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, w^h a lis^andexplanafio^ of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Sedion 2-5.3 and per the schedule review and acceptance requirements of Sedion 6-1, induding but not limited to the acceptance and payment provisions. As used in this secfion "substantially different" means a fime vanance greater than 5 percent of the number of days of durafion for the project. 6-1 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent ofthe construcfion work is completed. The Contractor s Final Schedule Update must accurately represent the adual dates for all adivities The final schedule update shall be prepared and reviewed per Secfions 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construdion Schedule. Acceptance of the final schedule update is required for complefion of the projed and release of any and all funds retained per Secfion 9-3.2. 6-1 8 Measurement and Payment of Construction Schedule. The Contractor's preparafion, revision and maintenance of the Construcfion Schedule are inddental to the work and no separate payment will be made therefore. Revised 09/11/12 Contract No. 5030.6608, & 6013 Page 94 of 157 Pages 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor IS failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situafion. All costs of prosecuting the Work as described herein shall be induded in the Contractor's Bid. Should the Contrador fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, unfil the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properiy provide for public safety, traffic, and protection of the Wori< during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the fime and locafion of weekly Projed Meetings. The Contractor's Representative shall attend each Project Meefing. The Project Representative shall be the individual determined under Section 7-6, "The Contrador's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meefings will be made. 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 Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contrador shall immediately cease excavation in the area of discovery and shall not confinue until ordered by the Engineer. When resumed, excavafion operafions within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may indude, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entified to an extension of time and compensation in accordance with the provisions of Secfion 6-6. ^¥ Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 95 of 157 Pages 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 Perfonnance Bond demanding safisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Wori< 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 Wori< completed at the time of cancellafion, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid. shall be deemed to have waived any and all claims for damages because of cancellafion of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written nofice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the enfire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to confinue to comply, the Agency may exdude 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 complefing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for 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 condifions encountered during the Work make it impossible or impracficable to proceed, or when the Agency is prevented from proceeding with the Contrad 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 entifie the Contractor to an extension of time as provided herein, but the Contractor will not be entified to damages or addifional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulafions, labor disputes, strikes, fires, floods, adverse weather or elements necessitafing cessation of ^¥ Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 96 of 157 Pages work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contrador furnishes to the Engineer documentary proof the proof must be provided in a timely manner in accordance with the sequence ofthe 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 Contrador will not be entified to damages or addifional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by acfion or inaction by the Agency, such delays will entitle the Contractor to an extension of fime 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 Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such adual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determinafion of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written 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 Contrador 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 durafion of such period of delay. The inifial and confinuing written nofices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration ofthe standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIM^E OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contrad shall be expressed in working days The Contractor shall diligenfiy prosecute the work to completion within 115 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field ¥ Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 97 of 157 Pages acceptance by the Engineer for all work provided for in the Contrad, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3 any day designated as a holiday by the Agency, . . ^ u., 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- 5. any day the Contractor is prevented from working at the beginning of the workday for 6 an^darthe C^^^^ from worthing during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless OthenA/ise approved in wrifing by the Engineer, the hours of work shall be between tiie hourrof 7 oTam and 4:00 p.m. on Mondays through Fridays, exduding Agency holidays^ Contractor shall obtain the written approval of the Engineer if the Contrador desires to work outsideTaid hourror^^^ any fime during weekends and/or holidays. This written perm'ssion mul be ot^tained at least 48 hours prior to such work The Engineer may aPP^ove work °u^^^^^ tT^f hours and/or days stated herein when, in his/her sole opinion, such work conducted by he Contrador is^ b^ to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. fi 7 Contract Time Accounting. The Engineer will make a daily determinafion of each wo^kina day t^^^^^^^ Contrld fime. These determinafions will be discussed and hi Sctor win bffur^^ a periodic statement showing allowable number of working days of Sad t m^^^^ as adjusted, at the beginning of the reporting penod^ The statement wH afso indicate h^^ of vvorking days charged during the reporting period and the number o wo?k nrdays o?S^^^^^^ fime remaining, ff the Contractor does not agree with the state^^^^^^ ShaH fite a written protest within 15 days after receipt, setting forth the facts of the protest. OthenA/ise, the statement will be deemed to have been accepted. 6 8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Ingineer for acce^^^^^^^ receipt of the Contractor's written assertion that the Work has been completed. The Enaineer will not accept the Work or any portion of the Work before all of the Work is comoleted and a outstanding deficiencies that may exist are corrected by the Coiitractor and me Seir is satXd that^^ the materials and workmanship, and all other features of the work melt the rlq^rements of all of the specifications for the Work^ Use, temporaty interim or Dermanent of all or portions of, the Work does not constitute acceptance of the Work. If, in the Keer^ Judgmet^t the Work has been completed and is ready for acceptance the Engineer w^i ro^rtirto the Board. Upon such certification by the Engineer the Board may accept the Seted Work Upon the Board's acceptance of the Work the Engineer will cause a "Notice of CorpfefionTo be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be wan-anted for one (1) year after recordation of the "Notice of Completion" and anv fauV work or^^^ discovered during the warranty period shall be repaired or replaced b7the Contractor, at Ks expense. Twenty-five percent of the faithful P""«« ^J?"^ retained as a warranty bond for the one year wan-anty penod. The Contractor shall replace or eoaranv such defective work in a manner satisfactory to the Engineer, after notice to do so fror^ 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 perfom, this work and the Contractor's sureties shall be liable for the cost thereof. 4f\ W Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 98 of 157 Pages 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted In accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of two thousand dollars ($2,000) Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that two thousand dollars ($2,000) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6- 10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency resen/es the right to take over and ufilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such acfion 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 adion of the elements or from any other cause, except Contractor operafions or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operafions. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcfing defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilizafion of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7- 1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condifion all equipment and facilities as required for the proper execufion and inspection of the Work. Such equipment and facilifies shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Wori<. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contrador shall forfeit to the Agency the penalties prescribed ih the Labor Code for violations. ^¥ Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 99 of 157 Pages In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contrador's attenfion is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certificafion. and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Secfion and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in secfion 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certificafion: "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- pensafion 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' Compensafion 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 expiration or proposed cancellafion of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensafion insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carisbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the \Nork are obtained. The Contractor shall obtain and pay for all pennits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no addifional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those A ^¥ Revised 09/11 /12 Contract No. 5030. 6608. & 6013 Page 100 of 157 Pages permits required for night work, overioad, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Resource agency exemptions for the Work are included in Appendix 'B' of these supplemental provisions. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and 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 resulfing from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of fime. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the ufility companies during the relocafion 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 ufility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning. Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 101 of 157 Pages sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Spedficafions, 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 dean wherever construcfion, induding restorafion, 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 deared of equipment, unused materials, and rubbish so as to present a safisfadory dean and neat appearance. All deanup costs shall be induded 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. Suffident 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 deanup orders may result in an order to suspend work unfil the condition is corrected. No addifional compensafion will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective deanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of deanup and dust control that, in his/her sole discrefion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered inddental to the items of work that they are assodated with and no addifional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the fime of acceptance, structures enfirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary exterminafion work shall be arranged and paid for by the Contractor as part of the Work within the Contract 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 eliminafion of offensive odors resulfing from extermination operafions. 7-8.4 Sanitation. The Contractor shall provide and maintain endosed toilets for the use of employees engaged in the Work. These accommodafions 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 sanitafion of dwellings and camps. Revised 09/11/12 Contract No. 5030.6608. & 6013 Page 102 of 157 Pages Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove ail temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construcfion 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 precaufion 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 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Pennit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Acfivity (General Pennit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulafions. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the 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 protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, ufility installafions, pavement, structures, etc.) which are damaged or removed as a result of its operafions. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to exisfing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 103 of 157 Pages 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 operafions, they shall be restored or replaced in as neariy the original condifion and locafion as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring exisfing 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 fimes. Unless OthenA/ise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commerdal and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these fadlities shall be continuous and unobstructed unless othenA/ise 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 residenfial driveways shall be maintained to the property line except when necessary construcfion predudes such access for reasonable periods of fime. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately dear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless OthenA/ise authorized, work shall be performed in only one-half the roadway at one fime. 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 condifioned and maintained as a detour. ^¥ Revised 09/11/12 Contract No. 5030.6608. & 6013 Page 104 of 157 Pages 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 760-929-9417. During overiay operations, the Contractors schedule for overiay application shall be designated to provide residents and business owners whose streets are to be overiaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construdion in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disrupfion. For a full street dosure, 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 notificafion shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notificafion shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief descripfion 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 notificafion to the Engineer for approval. Nofices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brighfiy colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The prinfing on the nofice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addifion to the notifications, the contractor shall post no parking signs 48 hours in advance of the wori< being perfonned. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no pari<ing signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, prinfing and distribution of the notificafions shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these nofices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construcfion materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials ^¥ Revised 09/11 /12 Contract No. 5030. 6608. & 6013 Page 105 of 157 Pages or equipment not installed or used in construdion within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized addifional storage fime. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless othenA/ise permitted. After placing backfill, 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, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and prompfiy remove them upon completion of the Wori<. After obtaining the Engineers approval and at least 5 working days before dosing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) TheEngineer (760)602-2720 2) Carlsbad Fire Department Dispatch (760)931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carisbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carisbad 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 induding, 7) above. The Contractor shall obtain the written approval no less than five working days prior to pladng 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 posfing 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 dosures, barricades, detours, lights, and other safety devices required. All costs involved shall be Included in the Bid. Traffic controls shall be in accordance with the plans. The California Manual on Uniform Traffic Control Devices (MUTCD 2012) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or funcfion as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condifion or replace said component and shall restore the component to its original location. In the event that the Contrador fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. ^¥ Revised 09/11 /12 Contract No. 5030.6608. & 6013 Page 106 of 157 Pages 7-10.3.1 Construction Area Signs and Control Devices. All construcfion traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Secfion 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. 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 the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stafionary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view ofthe traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Secfion 280, ofthe California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Sedion 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with refiective cone sleeves as specified in 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 Secfion closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Wori< Ahead) or C24 (Shoulder Woric Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contrador's personnel shall not work closer than 1.8 m (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the minimum acceptable shy distance, 0.6 m (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reducfion in clearance that is specific to the fime, durafion and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one (1) paved traffic lanes, not less than 11" wide, shall be open for use by public traffic in each direction of travel. Lane width may be reduced to "^i 10' wide with Engineer approval and posfing 10 mph speed limit. ¥ Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 107 of 157 Pages 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 (MUTCD 2012) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this secfion 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 wori< periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contrador shall not start traffic striping operafions 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 delineafion shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices MUTCD 2012. Whenever the work causes obliterafion of pavement delineafion, 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 exisfing pavement delineation or other temporary pavement delineation. Temporary pavement delineafion shall be maintained until superseded or replaced with permanent pavement delineafion. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marics used to establish the alignment of the temporary pavement delineafion shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are induded in the project plans, or if the Contractor elects to modify TCP induded In the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way The Contractor shall have TCP prepared and submitted as a part of the Work for any construction adivities that are a part of this project that are not induded in the project plans. The Contractor must submit one copy the TCP for the Engineer's review in conformance with the requirements of Section 2- ^¥ Revised 09/11 /12 Contract No. 5030,6608. & 6013 Page 108 of 157 Pages 5.3, et seq. and obtain the Engineer's approval of the TCP prior to implemenfing them. Contractor shall be trained to the MUTCD. Contractor shall submit training verification with TCP in conformance with the requirements of the General Provisions Secfion 2-5.3, et seg. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Wori<. 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 transifion to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevafion 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 (MUTCD 2012) as published by CALTRANS. Such modification, addifion, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modificafions, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency Such modification, addifion, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval unfil the changed TCP are approved by the Engineer. The preparation of such modification, 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 provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and Incidentals, and for doing all the work Involved in preparafion, reprodudion and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locafions, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modificafions, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, addifions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contrador 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. Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 109 of 157 Pages Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavafion shall start 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 regulafions. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasfing operafions. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulafions shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instrucfions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condifions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for 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 all potenfial physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potenfial isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards considerafion 8. Personal protective equipment 9. Rescue plan provisions Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 110 of 157 Pages The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilifies, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Secfion 5157, Tifie 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavafions, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces 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 times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implemenfing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shail take all necessary precaufions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properiy maintain at all fimes, as required by the conditions and progress of the wori<, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construcfion as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contrador 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 specialfies of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and locafion shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and 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. Excavafion and Grading. If this notice specifies locafions or possible materials, such as borrow pits or gravel beds, for use in the proposed construdion project which would be subject to Section 1601 or Secfion 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become condifions 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 A ^¥ Revised 09/11 /12 Contract No. 6030. 6608. & 6013 Page 111 of 157 Pages to the awarding body all rights, title, and interest in and to all causes of adion it may have under Secfion 4 of the Clayton Ad (15 U.S.C. Sec 15) or Cartwright Ad (Chapter 2 [commencing with Sedion 16700] of Part 2 of Division 7 of the Business and Professions Code), ansing from purchases of goods, services, or materials pursuant to the public works contrad or subcontrad The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All fadlifies provided for Agency personnel shall be at suitable locafions approved by the Engineer. Such fadlities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. All fadlifies shall conform to the applicable codes, ordinances, and regulations of the local jurisdicfion and of the State of Califomia, and shall conform to current pracfice. The intenor shall be paneled or suitably lined to provide a fadlity of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of fadlities provided Such services shall indude the supply of the appropriate paper products and dispensers Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the projed site. All costs to fumish, maintain, service, and remove the specified fadlities at the projed site shall be induded in the price bid for such fadlifies. If no bid item is provided in the proposal, costs shall be induded in other items for which bids are entered. The first progress payment will not be approved until all fadlifies are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2 1 Class "A" Field Office. Contrador shall fumish the Engineer a "Class A' Field Office. The field office shall be for the exdusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate strudure from any other office facility^ The Contrador shall maintain the field office throughout the entire duration of the contrad unless the Engineer shall othenA/ise dired. All doors and windows shall be provided with screens. Fumiture shall be provided as follows: one plan table, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files and four chairs. Eledric power shall be provided to indude a minimum of four duplex convenience oufiets The office shall be illuminated at the tables and desk. An outdoor lighfing fixture with a 300-watt bulb shall be installed. Heating and air condifioning of suffident capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office. Water cooler to have hot and chilled water. The integral sanitary fadlifies may be separate endosed toilets per Sedion 7-8.4. Fumishings are subjed to agency approval. The field office shall be located at a site satisfadory to the Engineer and within or immediately adjacent to the W Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 112 of 157 Pages limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. CITY OF CARLSBAD INSPECTION 8-3 REMOVAL OF FACILITIES. Field offices, laboratories, and bathhouse facilities at the project site shall be removed upon complefion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Contractor. 8- 4 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and removing field offices laboratories, or bathhouse facilifies required at the project site shall be included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifications and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. SECTION 9 - MEASUREMENT AND PAYMENT 9- 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 quantifies of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless OthenA/ise provided in Spedficafions, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 113 of 157 Pages The planimeter shall be considered an instrument of predsion adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular secfions involved. 9-1 3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall fumish the Engineer with duplicate licensed weighmaster's certificates showing adual 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 Spedficafions or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contrad, a detailed schedule in tnplicate. to be used only as a basis for determining progress payments on a lump sum contrad 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 corredly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3 1 General. The quantifies listed in the Bid schedule will not govem final payment Pavment to the Contractor will be made only for adual quantities of Contrad items constructed in accordance with the Plans and Spedficafions. Upon complefion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contrad Unit Prices will prevail subject to the provisions of Sedion 3-2.2.1. The unit and lump sum prices to be paid shall be full compensafion for the itemis of work and all appurtenant work, induding fumishing 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 Contrad This indudes rejected material not unloaded from vehicles, matenal 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. Pavment for work performed or materials fumished under an Assessment Ad Contrad will be made as provided in particular proceedings or legislative ad under which such contrad was awarded. Whenever any portion of the Work is performed by the Agency at the Contrador's request, the cost thereof shall be charged against the Contrador, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate acfion is required to prevent injury, death, or property danriage, and precaufions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify he Contractor, cause such precautions to be taken and shall charge the cost thereof against the W Revised 09/11/12 Contract No. 5030.6608. & 6013 Page 114 of 157 Pages Contractor, or may deduct such cost from any amount due or becoming due from the Agency Agency action or inaction under such drcumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contrador from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the \Nork. 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 Wori<, 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 "Nofice of Completion." If, within the time fixed by law, a properiy executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contrador 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 dosure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly dosure 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 ofthe work performed to the closure date as basis for making monthly progress payments. The esfimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the dosure date. Five (5) working days following the dosure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's informafion. Should the Contractor assert that additional payment is due, the Contrador 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 pracficable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properiy submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days ^¥ Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 115 of 157 Pages after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Secfion 685.010 of the Code of Civil Procedure. From each progress 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 esfimates and from the final esfimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Esfimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contrad bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deduded under provisions of the contract. All prior esfimates and progress payments shall be subject to correcfion in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt ofthe Final Payment Estimate to make written statement dispufing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentafion at the time of submitfing the statement supporting its posifion. Should the Contractor fail to submit the statement and supporting documentation within the fime specified, the Contractor acknowledges that full and final payment has been made for all contrad bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropnate adjustments on the Final Payment. Remaining disputed quantifies or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in suffident 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 daims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its daims. Failure to submit such informafion and details will be suffident 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 daims 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 esfimate. No daim will be considered that was not induded in this written statement, nor will any daim be allowed for which written notice or protest is required under any provision of this contrad including Sedions 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 116 of 157 Pages 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The daims filed by the Contractor shall be in suffident detail to enable the Engineer to ascertain the basis and amount of said daims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contenfions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for daims shall be processed within 30 calendar days of their resolution for those daims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5. Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress esfimate. 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 subjed to the condifions and limitafions in the Specifications, the costs of work in advance of construction operations and not diredly attributable to any specific bid item will be included In the progress esfimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilizafion and preparatory Work will be made at the lump-sum price bid therefore in the bid schedule, and indudes full compensafion for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operafions, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and inddental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilizafion and Preparatory Wori<, as described in this secfion, and that the Contractor shall have no right to additional compensafion for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilizafion And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilizafion and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as induded in the Bid Items. Contractor must protect existing utilifies, improvements, landscaping, Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 117 of 167 Pages irrigation systems, and vegetation in place. If damaged during the work. Contractor is responsible to repair or replace any ufilities, improvements, landscaping, irrigafion systems, and vegetation at his expense. Bid item descriptions are in Section 01200 - Measurement and Payment. ^¥ Revised 09/11 /12 Contract No. 5030.6608, & 6013 Page 118 of 157 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following secfion: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this secfion and Table 200- 1.2.2(A). Class 2 permeable material shall conform to the requirements in this 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 otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composifion 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 (1 Vz") — 95-100 19-mm (7/) 100 50-100 12.5-mm (Vz") 95-100 — 9.5-mm {Va") 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 (7/) 90-100 9.5-mm Ck") 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-iJm (No. 30) 5-15 300-gm (No. 50) 0-7 75-|jm (no. 200) 0-3 Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 119 of 157 Pages 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, Sedion 26: Aggregate Bases, Subsedion 26-1.02A Class 2 Aggregate Base and as specified herein. 200-2J ClS 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 redaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination ofany of these matenals. Aggregate shall conform to the grading and quality requirements shown In the foUowing tables^ At the opfion of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maxil^um Xll b^^^^^^ except that once a grading is selected it shall not be changed without the Engineers written approval. ^^^^^^^^^ ^^^^^^ Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2''" 90-100 1" 3/4" No. 4.... No. 30... No. 200 100 50-85 90-100 25-45 35-60 10-25 10-30 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 t^^^^^ Com"dllV^^^^ rpouirements specified for "Operating Range" but meet the Contract Compliance Iqu rimenti, Kent of the aggregate base may be confinued for the remainder of tha^d^^^^^ However another day's work may not be started unfil tests, or other in ormafion, 'ndicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the re- quirements specified for "Operafing Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the egulrLr^ents spS^^ for "Contract Compliance," the aggregate base which is represented by thesMesirsha^^^ removed. However, if requested by the Contractor and approved by the Engheer the aggregate base may remain in place and the Contractor shall pay to the City $2 25 per cubic.fard for such aggregate base left in place. The City may deduc this arnount from anv monevs due or that may become due, the Contractor under the contract If both the agg^egatrgradi^ng^ a^^^^^ Equivalent do not conform to the "Contrad Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. 0\ W Revised 09/11/12 Contract No. 5030.6608. & 6013 Page 120 of 157 Pages SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class Maximum Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8") Street Light Foundafions and Survey Monuments 330-C-23 (560-C-3250) 100 (4") Traffic Signal Foundafions 350-C-27 (590-C-3750) 100 (4") Concreted-Rock Erosion Protecfion 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 Spedficafions for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.1 Chemical Admixtures, (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a /4" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not 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 Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 121 of 157 Pages product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under condifions of service and applicafion, 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 Section 201-1.2.4(a) of these Spedal Provisions. Joint sealants shall be mulfi-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 NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compafible with joint substrates, sealants, primers and other joint fillers; and are approved for applicafions indicated by sealant manufadurer based on field experience and laboratory tesfing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plasfic foam either open-cell polyurethane foam or dosed-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 applicafion temperature of 190X (375T) to 205''C (400T). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characterisfics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetrafion ASTM D 3407. Sec. 5 3.5 mm, max. 25X. 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience .ASTM D 3407. Sec. 8 25%, min. 25X Softening Point, ASTM D 36 82 X, min. Ductility, ASTM D 113 300 mm, min. 25X, 50 mm/min Flash Point, COC, X ASTM D 92 288 X, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa s No. 27 Spindle, 20 rpm, 190X, ^•F" Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 122 of 157 Pages 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: Convenfional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspecfion that confirms the producfion of a particular mix design and verifies using samples of aggregate taken before the addifion of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluafion, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif Test 382 or ASTM 2172, and Calif Test 202. 2. Stability using: a. Hveem stability Value using Calif Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability^ in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. ^Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 123 of 157 Pages 203-6 8 Asphalt Concrete Storage, add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203- 11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded dass ARHM-GG-C. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204- 1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: USES GRADES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") [ Construcfion grade Redwood or preservative treated construction grade Douglas Fir Headers for bituminous pavement larger than 50 mm X 100 mm (2"x4") Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section; 206-7 TRAFFIC SIGNS. 206-7 1 Roadside Signs. This work shall consist of fumishing and installing roadside signs in aScorilknc^ with details shown on the plans, the California Sign SPfcificat^ns an^^^^^^^ Drovisions Pennanent and temporary signs shall be free from blemishes that n^ay affect the ser^iceabiiity a^ d^^^^^ from the general sign color and appearance when viewing dunng daXe and niqhttime from a distance of 25 feet. The face of each finished sign shall be unffo™ flat sZoth and free of defects, scratches, wrinkles, gel, hard spots streaks, extrusion ma^s and aTbubb es. The front, back and edges of the sign panels shall be free of router Sr marks, bums, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7 1 2 Sign Identification. The following notafion shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, D Type of retroreflective sheeting, and E. Manufacturer's identificafion and lot number of retrorefiective sheeting. The above notafion shall be applied diredly to the aluminum sign panels in 1/4-irich upper case letters and numerals by die-stamp and applied by similar method to the ,f ^rglass remfo^^^^^^ plasfic signs. Painting, screening, or engraving ofthe notation will not be allowed. The notation shall be applied without damaging the finish of the sign. Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 124 of 157 Pages 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Spedficafions. The date of approval shall be the date most dosely preceding the date of manufadure of the sign(s) or the date of the "Notice to Proceed" of this contrad whichever is most recent ' 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabncated with Type IV prismafic sheeting (High Intensity Prismatic or equivalent) or Type IX pnsmafic cube lens sheefing (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these spedal provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminium shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be deaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot Following the deaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on mulfiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisfing of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.6 Traffic Sign Posts. Posts shall be construded of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of ali signs used for the direction, warning, and regulation of vehide (induding blcyde) and pedestrian traffic during the Contrador's performance of the Work. Temporary traffic signs indude both stafionary and portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Spedficafions and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detrad from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recenfiy approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufadure of the sign(s) or the date of the "Notice to Proceed" of this contrad whichever is most recent. ' ^ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 125 of 157 Pages 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheefing (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designafion B209. Sheet aluminium shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the deaning and coafing process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stafionary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportafion Standard Plans RSI, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless othenA/ise shown on the plans traffic sign posts shall conform in materials and installafion to SDRS drawing M-45 and shall have one post provided for each 0.48 m (5 ft^)of sign area, or the signs may be installed on exisfing lighfing standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the require- ments of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilizafion of stafionary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installafion is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of refiective sheefing 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 operafion. Sign panels for portable signs shall conform to the requirements of these spedal provisions, or shall be cotton drill fabric, fiexible Industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of dari<ness. Size, color, and legend requirements for portable signs shall be as described for stafionary mounted sign panels in secfion 206-7.2 of these spedal provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following 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 stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designafion A-446, Grade A. Galvanizing shall confomi to ASTM A-525, Designation G-90. Galvanizing shall be performed ^¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 126 of 157 Pages after all fomiing and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded 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 (1'/4X174) 0.15 0.006 38x38 (1 72X 172) 0.15 0.006 44x44 (1^x1%) 0.20 0.008 51 x51 (2x2) 0.20 0.008 56 X 56 (2%6X2%6) 0.25 0.010 57x57 (274X274) 0.25 0.010 64x64 (272X272) 0.25 0.010 51 x76 (2x3) 0.25 0.010 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squareness^^^ Twist Permissible in 900 mm (3") mm (Inches) mm (Inches) mm^ ^ (Inches)^'^ 25 X 25 (1x1) 0.15 0.006 1.3 0.050 32 X 32 (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 51x51 (2x2) 0.30 0.012 1.6 0.062 56x56 (2-^16X2-^/16) 0.36 0.014 1.6 0.062 57 X 57 (2-V4X2-V4) 0.36 1.014 1.6 0.062 64x64 (2-V2X2-V2) 0.38 0.015 1.9 0.075 51 x76 (2x3) 0.46 0.018 1.9 0.075 Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and nofing the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" eledrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") %¥ Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 127 of 157 Pages diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type III Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. Each PCMS shall meet the requirements of a Wanco Mini Matrix Model WVTM, or approved equal. Minimum requirements include compact size, LED lights. Four 6V dc golf cart type batteries, wired-in series and parallel for 12V dc power supply, with a battery capacity of 450 Ah total, 15A battery charger and 85W solar panels. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed In immediate operafion. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to +70X (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operafion height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After inifial placement, PCMS shall be moved from locafion to 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 doudless day, by persons with vision correded to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be fiat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selecfion. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automafically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operafion 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 addifional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The fiashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the ^¥ Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 128 of 157 Pages City (at the end of the job), it must be demonstrated to be in good working condifion, and meet the provisions of these specifications, including current registration. Add the following section: 206- 9.4 Measurement and Payment. The contract unit price PCMS shall include full compensafion for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operafing, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the complefion of the construction, in good working order, and as directed by the Engineer, and no other compensafion will be made. SECTION 207 - PIPE 207- 2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C-361 for the limits shown on the plans. 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless othenA/ise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA Cl 11. Rubber gasket material shall confonn to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ducfile iron pipe and fittings shall be manufadured in accordance with ANSI 21.50, AWWA 0150 and ANSI 21.51, AWWA 0151, and shall be of the size and thickness classes shown on the Plans. Unless othenA/ise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless othenA/ise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement confonning to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coafing of bituminous coafing a minimum of 2 mils, thick in accordance with AWWA 0151 or 0100. 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carisbad Municipal Water District Rules and Regulafions for Construcfion of (Potable or Reclaimed) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Secfion 2- 5.3, Submittals Shop Drawings. Submittals are required for the following: ^¥ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 129 of 157 Pages Shop Drawings Manufacturer's tests Fabrication Details Protedive Coatings Layout Drawings Mill Reports or Plant Test Reports Dimensional Checks Welding Procedures/Certificafion for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Secfion IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA 0206, Sedion 3. Welders shall submit a copy of their certification to the Distrid prior to performing any field welding. Certificafions shall be dated within three (3) years of the job to be performed. The top of all pipe and spedals shall be deariy identified by marking the top with "T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10 1 4 Protective Coatings and Linings. All steel pipe and fitfings exposed within a vault or above ground shall be cement-mortar lined In accordance with AWWA 0205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, 0214 and C602 unless othenA/ise specified on the Drawings. Add the following secfion: 207-25 UNDERGROUND UTILITY MARKING TAPE. 207-25^^°D^^^^^^ Utility Marking Tape: Detectable Underground Ufility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG) 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion laminafion process, not adhesives. No inks or printing shall extend to the edges of the tape. All prinfing shall be encased to avoid ink rub-off. Detectable Underground Ufility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1 (A) uc 1 tv* 1 Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5,500 PSI) Elongafion ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/sguare centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturing spedficafions Heat-set Mvlex Message repeat Manufacturing specifications Every 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing spedficafions Virgin LDPE Adhesives Manufacturing specifications >30 percent, solid 1.5#/R Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 130 of 157 Pages Property Method Value Bond strength Boiling H2O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-25.1 (B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribufion, transmission, and municipal electric systems. Yellow Gas and oil distribufion and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following secfion: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/associafion publicafions. A. Department of Transportafion, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. Nafional Transportation Safety Board, Washington, DC, Spedal Study Prevenfion 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 Electrificafion Authority (REA), U.S. Department of Agriculture, Washington, DC, Nafional Electrical Safety Code for Underground Construdion for remote and immediate hazards. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Pre-reatment / Surface Preparation Primer Finish Coats Temporary Railing type Abrasive Blast Cleaning to a Roughened, Textured Appearance None Two coats white Acrylic Emulsion Paint P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specificafion No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows. Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 131 of 157 Pages cross walks, parking stall markings and stop bars shall be alkyd thermoplasfic conforming to CALTRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplasfic material and shall conform to the requirements of CALTRANS Specification No. 8010-004 (Type II). CALTRANS Spedficafions for water borne paint, thermoplasfic 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 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Table 213-2.1(A) Add the following: Geotextile types shall be used for the applicafions listed in Table 213-2.1 (A) Application of Geotextile Type Designation Separafion of Soil and Street Structural Section 90WS Separafion of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediafion and Separafion of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (% Ton) 180N Rock Slope Protecfion Fabric for Rock Sizes Induding and Above 225 kg (74 Ton) 250N Plant Protecfion Covering 90N Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing 90WS Erosion Control Fence with 1.8 m (6') Post Spadng and No Wire Fencing 200WS Add the following secfion: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213- 3 Gravel bags. Gravel bags for the use of temporary erosion control shall be buriap type, filled with no less than 23kg (50 lbs) of 19 mm (V) crushed rock and securely fied dosed. Plastic bags are not acceptable. SECTION 214 PAVEMENT MARKERS 214- 5 REFLECTIVE PAVEMENT MARKERS Add the following secfion: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one ofthe types shown in Table 214-5.1 (A), or equal thereto. Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 132 of 157 Pages 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. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheefing shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one ofthe 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 Absorpfion Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800)648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify thatthe pennanent reflective channelizers comply with the plans and speciflcations and conform to the prequalifled design and material requirements approved by the engineer and were manufadured in accordance with the approved quality control program. ^¥ Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 133 of 157 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General, add the following: Unclassifled excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other ufilifies, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill Including removal and recompacfion of unsuitable soil, salvaging dean excavated material and filling areas to the required grades and cross section. Unclassified excavafion shall be ufilized onsite to make all fills shown on the plans. Unclassified excavation shall also indude scarificafion and moisture adjustment and compadion of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mifigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General, add the following: Alluvial and colluvial removal and recompacfion shall consist of excavating, blending and recompacfing loose soils in areas that are designated to receive fills. The exisfing loose soils shall be removed by the Contractor unfil a finn unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to 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 compaded in accordance with section 300-4 of the spedficafions except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General, add the following to the first paragraph: Such direcfion may include, but is not limited to, direding the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locafions or elevafions on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for undassified excavation unless it is considered otherwise unsuitable by the Engineer In which case it may be paid for in accordance with secfion 300-2.2.1. ^¥ Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 134 of 157 Pages 300-2.2.4 instability of Cuts. Add the following: The Contractor shall remove addifional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered othenA/ise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsecfion 300-2.2.1. 300-2.5 Slopes, add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locafions 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 construcfion equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement, delete the second paragraph relafing to materials removed from stockpiles and add the following: Unclassified Excavafion shall be measured based on the volume it occupies in its original posifion before excavating. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevafions shown on the plans or actual ground contours exisfing in borrow sites after excavation or those for removal and recompaction of alluvial and colluvial materials or those for materials excavated to improve the stability of cuts, whichever is lower in elevation. ^in^ No excavated material which is re-excavated will be measured for payment. No allowance for \^ shrinkage or swell will be considered. Materials excavated or othenA/ise removed as all or part of any other bid item shall not be measured as Unclassified Excavafion. 300-2.8 Measurement, delete the second paragraph relating to materials removed from stockpiles and add the following: Unclassified Excavafion shail be measured based on the volume it occupies in its original posifion before excavafing. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites after excavation. No excavated material which is re-excavated will be measured for payment. Materials excavated or othenA/ise removed as all or part of any other bid item shall not be measured as Unclassified Excavafion. The measurement of work performed under sections 300-2.2.1 and 300-2.2.2, 300-2.2.3 and 300-2.2.4 when the Engineer determines that the soils are unsuitable shall be the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-2.9 Payment, add the following: Payment for work performed under sections 300-2.2.1, 300-2.2.2, 300-2.2.3 and 300-2.2.4, when the Engineer determines that the soils are unsuitable, shall be made for the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-2.9 Payment substitute the following: Payment for Unclassified Excavation will be made at the unit price bid in the proposai. Only the quantity of unclassified excavation measured shall be paid for. No excavated material which is re-excavated will be paid for. For progress payments, the quantity of unclassified excavafion shall be estimated by the Engineer . The Engineer's calculations shall be considered the definitive determinant for quantities for final /\ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 135 of 157 Pages payment. All topographic surveying and calculafions necessary to quantify payment quantifies for Undassified Excavafion shall be performed by the Engineer. Payment for Undassified Excavafion shall indude costs of surveying, staking, preparation of earthwork quantity reports, placement, compaction, soil remediafion, moisture adjustment and water therefore, rework of compressible soils, slope rounding, grading, stockpiling, access road, temporary detour roads, earthen swales and drainage channels as shown on the drawings or required by the contract documents. 300-2 9 Payment. substitute the following: Payment for all undassified excavation will be made'at the Contrad Lump Sum price bid for undassified excavafion and shall include compensafion for excavation, sloping, rounding tops and ends of excavafion, matching exisfing graded slopes, loading, exporting and disposing of surplus material and unsuitable matenal shown on the plans or specified herein to be removed, stockpiling, hauling to designated sites pladng and compacfing, mixing, grading of mitigafion site, salvaging clean and suitable matena and filling areas to the required grades and cross secfions. Undassified fill, slope rounding all work inddental to Secfion 300-4.8 and construcfion of transitions will be paid for as a part ot undassified excavafion, and no addifional payment will be made therefore. When required by the plans or specifications or where directed by the Engineer, the excavation and stockpiling of selected material will be paid for at the Contrad Lump Sum pnce for undassified excavafion. Removing such selected material from the stockpile and placing it in its final posifion will also be paid for at the Contrad Lump Sump Price for undassified excavafion and no addifional compensafion will be allowed therefore. Add the following secfion: , x.. *u i 300-2 10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3 1 General, add the following: The Contractor shall excavate to the lines and levels reguired and/or shown on the Drawings. The Contractor shall provide all shonng, bracing, cribbing pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, dean and free from all debns or foreign matter. Excavations shall be kept free from water at all times. The Contrador 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 inddental to bid items specified in Secfion 01200 Measurement and Payment, and no addifional compensafion will be made therefore Except for unsuitable materials removed as part of the deanng and grubbing item unsuitable material encountered below grade will be paid for at the unit pnce bid for unclassified excavation. 300-4 UNCLASSIFIED FILL 300-4 2 Preparation of Fill Areas, add the following: Except as provided In secfion 300-4.7, "Compacfion" areas proposed for improvements all fill (induding 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. W Revised 09/11/12 Contract No. 5030.6608. & 6013 Page 136 of 157 Pages 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 construdion equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater than 460mm (18") shall not be incorporated into the fill. Rock exceeding 150 mm (6") in diameter shall not be placed in the upper 900 mm (3') of any fill. When there are large 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. 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 complefion. 300-4.9 Measurement and Payment, delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construcfion of transitions and all work induded 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 borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table ^¥ Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 137 of 157 Pages 300-5 2 1(A) and the following requirements. Rock induded in the top 1 m (3') of imported borrow shall be partides of less than 75 mm (3"). Rock induded below the top 1 m (3) of imported borrow shall be partides of less than 150 mm (6"). TABLE 300-5.2.1 (A) Tests Test Method No. Requirements R-Value Calif. 301 40 Min. Expansion Index UBC Standard 18-2 10 Max. Plasticity Index ASTM D 424 4 Max. Sieve Analysis ASTM D 422 Percent Passing 75!i (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 secfion: . ^ ^ n *• «««+r«i 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 reguired by the Contrad Documents. Erosion control and water pollufion control shall indude 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 properly control erosion and storm water damage of the limits of work and construcfion impacts upon areas receiving drainage fiows from within the limits of wori<. 300-9^ri°Sf^^^ The Contractor shall proted all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms gravel bags, silt fences, stabilized construcfion entrances and similar measures coordinated with its construcfion procedures, as necessary and as shown on the plans to control on site and off site erosion during the construdion period. The Contractor will be required to proted areas which have been deared and grubbed prior to excavation or embankment operations, and which are subjed to runoff during the durafion of the contract The criter^^^ to determine the appropriate erosion control measures shall be the Best Managemen Pradices", hereinafter BMP. defined and described in the, "Stormwater Best Managem^^^^^ Pracfices Handbook, Construcfion", January 2003 edifion as published by the California Stormwater Quality Assodation. The Contractor shall maintain a copy ofthe Stormwater Best Management Pracfices Handbook, Construcfion", January 2003 edifion on the projed site and shall conduct its operations in confonnlty to said Handbook. Temporary erosion control measures provided by the Contractor shall indude, but not be limited a) ' Embankment areas, while being brought up to grade and during periods of complefion prior to final roadbed construcfion, shall be graded so as to dired runoff into «mpoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods ^ b) The Contractor shall provide protecfion by BMP measures to eliminate erosion and the siltation of downstream fadlities and adjacent areas. These measures shall include but shaH 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. Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 138 of 157 Pages c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following secfion: 300-9.2.2 Payment. Full compensafion for performing erosion control and water pollufion control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavafion, and no additional compensafion will be allowed therefore. 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 Tier 2 Storm Water Pollufion Prevenfion Plan per Appendix F, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Pradice Handbook, Construcfion ("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 execufion 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 sedions. 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, incorporafing the required changes, shall be submitted to the Engineer. In order to allow construdion activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollufion prevenfion measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilizafion pracfices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. Revised 09/11/12 Contract No. 5030,6608,8.6013 Page 139 of 157 Pages The Contractor shall designate a Water Pollufion Control Manager who will have the responsibilifies oufiined in the SWPPP. The SWPPP shall Include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspedion and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construcfion Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Considerafion Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construcfion activities or operafions which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, munidpal stonn drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended If it is in violafion of any condifion of the Permit, or has not effectively achieved the objective of redudng pollutants in storm water discharges. Amendments shall show addifional control measures or revised operafions, induding those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall Implement the addifional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protecfion Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non- compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor's operations. Add the following secfion: 300-13.1.3 Payment. Preparafion, implementation and management of SWPPP shall be considered inddental to the items of work and no additional payment will be made therefore. ^¥ Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 140 of 157 Pages Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspeding 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 confinue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Woric". Requirements for installation, construdion, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization pracfices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construcfion activifies 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 construdion 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. ^^m^ Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementafion and fundioning of control measures, the Contractor shall regulariy inspect and maintain the construcfion site for the control measures identified in the SWPPP. The Contractor shall identify corredive acfions and time frames to address any damaged measures or reinitiate any measures that have been disconfinued. The construcfion 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. 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 precipitafion events; and 4. Roufinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or funcfioning of an identified control measure, the deficiency shall be correded by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing. Revised 09/11/12 Contract No. 5030,6608,8.6013 Page 141 of 157 Pages but not later than the onset of subsequent precipitafion events. The conrecfion 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 substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparafion shall be induded in the contract bid price for which the subgrade is prepared and shall include all labor, materials; induding water, operafions and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensafion will be allowed. SECTION 302 - ROADWAY SURFACING Add the following: The Contractor shall be responsible for tree trimming along the curb line as noted in Secfion 300-1 Clearing and Grubbing - so as to provide a dear travel way during the construcfion ofthe roadway resurfacing. The Contractor shall treat all vegetation within the limits of the paved area to be surfaced with a post emergent herbidde. Herbidde shall be applied at least 2 (two) working days prior to surfadng the street. Allowance for the two day period shall be shown in the schedule required per secfion 6-1. Payment for pavement surfadng shall include tree trimming and post emergent herbidde treatment of the areas to be surfaced and no extra payment will be made therefore. Public Convenience and Traffic Control. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work. Contractor shall send, by first class mail, notification letters to all property addresses within 500' of the work. Obtaining the appropriate addresses shall be the contractor's responsibility Letters shall be as shown in bold type as follows, with the appropriate informafion specific to the work inserted at the locafions indicated in the brackets and italicized. Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 142 of 157 Pages {Name of Contractoi) {Address of Contractoi) {Contractor's Ucense Numbei) {Date) As a part of the City of Carlsbad's ongoing program to maintain its infrastructure, major improvements wiii be occurring in your neighborhood, beginning in two or three weeks. This process requires that your street be partially closed for four months 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 Va" x 8 Va" 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. {Name of Contractoi) is the Contractor that will be performing the construction activities 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. If you have a moving company scheduled to come to your house within during this time period, please call and inform the Contractor of the date. If you have any concems 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 infrastructure in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." During operafions, the Contrador's schedule for resurfacing shall be designed to provide residents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disrupfion. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the notification which shall state the date and time 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 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 descripfion 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 notificafion to the Engineer for approval. Notices shall not be A ^¥ Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 143 of 157 Pages distributed unfil approved by the Engineer. For door hangers, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brighfiy colored with contrasfing prinfing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the nofice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate information specific to the work Inserted at the locations indicated in the italicized font. The preparation, materials, prinfing and distribufion of the notificafions shall be Induded in the contract price bid for Traffic Control and the Contractor will not be entified to any additional compensafion for prinfing and distribufing these nofices. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: . . 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in secfion 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compacfion shall be as approved by the Engineer. 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automafic 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 operafions shall not be allowed. 302-5.6.1 General, modify as follows: Second paragraph. Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless othenA/ise directed by the Engineer. . modify as follows: After last paragraph, add: Unless directed othenA/ise by the Engineer, the 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 pladng 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 deaned of any and all construcfion debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carisbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. SI. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 144 of 157 Pages Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediafion shall consist ofthe repair and restorafion of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of exisfing asphalt pavement in conformance with section 300-1.3, compacfion of existing subgrade in conformance with secfion 301-1, grading and compacfion of base material in conformance with secfion 301-2, applicafion of grade SS-lh emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1') below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for esfimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contrador shall compact the upper 300mm (1') of subgrade to 95% relative compacfion. A tack coat of SS-1h 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 subsedion 302-5.6.2 SSPWC. Add the following secfion. 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Secfion 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245X (475^). Applicafion of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4^0 (40*'F). Containers of hot-melt sealant shail be delivered to the job-site in unopened containers that are cleariy marked with data showing the manufadurer's name, the product designafion and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the ¥ Revised 09/11/12 Contract No. 5030. 6608, & 6013 Page 145 of 157 Pages surface of the exisfing pavement. All excess sealant shall be removed from the crack with a minimum overiap onto adjacent pavement. Add the following secfion: 302- 11.4. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for esfimafing purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mari^ the limits of the Full depth asphalt concrete patch and crack sealant applicafion areas. Payment for resurfadng shall indude post emergent herbidde treatment. Full compensafion for conforming to the requirements of construcfing full depth asphalt concrete patch shall indude but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work induding, saw cuffing 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-1h asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as induded in the contract unit price bid for full depth asphalt concrete patch and no additional compensafion will be allowed therefore. Full compensafion for conforming to the requirements of crack sealing shall indude but not be limited to, furnishing all labor, materials, tools, equipment, and inddentals necessary to do the work. Crack deaning, roadway dean up, application of sealant, removal of excess sealant and all other work inddental to crack sealing shall be considered as induded in the contract unit price bid and no addifional compensation will be allowed therefore. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303- 2 AIR-PLACED CONCRETE. 303-2.1.1 General, add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 10 welded wire mesh. Add the following secfion: 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb, add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Type of underground facilities Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. Revised 09/11/12 Contract No. 5030.6608, & 6013 Page 146 of 157 Pages SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contrador shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construcfion methods that avoid the use of steel plate bridging shall be used by the Contractor unless othenA/ise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All condifions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 1001X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (moh) + SLOPE X 1001X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administrafion (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2012. EWL = equivalent wheel loads as defined in the Federal Highway Administrafion (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2012. DAYS = total number of 24 hour periods during which the plates will be ufilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be ufilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be ufilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quofient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locafions spanning a distance of 15 m (50') up and downstream of the posifion of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. ^¥ Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 147 of 157 Pages 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 construcfion 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 indude, but not be limited to, detouring traffic, construcfion detour routes, tunneling, boring and other methods of trenchless construcfion. 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 wori<lng 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 detennines 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 Spedficafions. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads, All approvals for design, substitution of materials or methods shall be submitted by the Contrador 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 operafions 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 flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be Installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate The cold milling shall produce a fiat 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 opfion, be mixed with no more that 50%, by volume, of Type I 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 deats 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 VA) steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement secfion, or other devices approved by the Engineer Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the ^¥ Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 148 of 157 Pages pavement section shall be completely filled with elastomeric sealant material. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width Minimum Plate Thickness 0.3 m (10") 13 mm CI2") 0.6 m (23") 19 mm (V) 0.8 m (31") 22mm {'Is) 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 Spedficafions Manual. The Contrador 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 Contrador 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 construcfion signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following 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, relocafion, preparafion 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. Add the following secfion: 306-1.1.8 6-inch Potable Water Bypass System. The contractor shall be responsible for installing and maintaining the temporary bypass system as described in the Technical Specifications and to the satisfaction of the Engineer. Such work includes installafion, disinfection, tesfing, and energizing exisfing service prior to proceeding with other work. This work also includes notices to residents of the conversion of services to the temporary pipeline and providing ramping as necessary to allow residents access at all times. Submit bypass system per Secfion 2-5.3 of the General Provisions. ^¥ Revised 09/11 /12 Contract No. 5030. 6608. & 6013 Page 149 of 157 Pages Add the following section: 306-1.1.8.1 Measurement and Payment. The contract lupm sum price paid for temporary bypass system shall include full compensation for doing all work Involved in the installafion of the temporary bypass system, connecfion of services, maintenance, resident access provisions, and removal. 306-1.2.1 Bedding. All installation of, and bedding for recyded water, or potable water mains shall conform to Carisbad Municipal Water District Rules and Regulafions for the Construcfion of (Potable or Reclaimed) Water Mains, latest edifion. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe, add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General, add the following: The Contractor shall install detedable underground ufility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground ufility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements, delete Secfion 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compacfion except that in the top 300 mm (12") ofthe street right-of-way, compacfion shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfadng materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfadng materials shall be used in lieu of permanent resurfadng only when approved by the Engineer. When temporary bituminous resurfadng materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfadng within 7 days of placement. No additional payment will be made for temporary bituminous resurfadng materials. The price bid for the assodated conduit or structure shall indude full compensafion for furnishing, pladng, maintaining, removing, and disposing of such temporary resurfadng materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfadng," the Contractor shall perform permanent trench resurfadng within 24 hours after the completion of backfill and densificafion of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation, add the following: Payment for utilities undergrounding which indudes 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 utilifies 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 endosures. The Contractor will furnish and install 6.4 mm (%") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless OthenA/ise noted on plans, the Contractor shall remove all exisfing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned ufilifies shall be Induded in the lump-sum bid for Clearing and Grubbing, and no addifional payment will be made. ^¥ Revised 09/11/12 Contract No. 5030,6608, & 6013 Page 150 of 157 Pages SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Secfion 86, "Signals, Lighting and Electrical Systems", of the Caltrans Standard Specifications replaces Section 209, "Electrical Components", and Section 307, "Street Lighting and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of construction of street lighfing and traffic signals. SECTION 310-PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated mari^ings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all exisfing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all exisfing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (Vs") in 3 m (10') when measured parallel to the centeriine ofthe street or more than 6 mm (V/) in 3 m (10') when measured perpendicular to the centeriine of the street. The use of any equipment that leaves ridges, indentations or other objedionable marks in the pavement shall be disconfinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdicfion. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contrador shall remove all existing 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 flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetfing and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitafions for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overiay Is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contrador shall establish ail 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 Contrador shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in ^% Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 151 of 157 Pages 50 feet) by wet grinding, and then correcfing the markings. The Contractor shall lay out (cat track) immediately behind installafion of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contrador shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are cleariy visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the spedficafions shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no addifional compensafion will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Secfion: 310-7.1 General. Add the following secfion: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following secfion: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the spedficafions are a part of the lump-sum item for permanent signing and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove refledlve 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 posifion as for application of paint in secfion 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contrador. When refledlve channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. ^¥ Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 152 of 157 Pages SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES ^ Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following secfion: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locafions shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfadng with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary refledive raised pavement markers in areas where removal of the mari<ers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement mari^ing, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the secfion 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement mariners on new asphalt concrete surfacing as specified in secfion 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: ^ u .. u 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locafions shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheefing as specified in the spedal provisions. The refiective 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 illuminafion 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 mariners to pavement in secfion 312-1, "Placement." Channelizers shall be applied only on a dean, dry surface. Channelizers shall be placed on the alignment and locafion shown on the plans and as directed by the Engineer. The channelizers shall be placed unlfonnly, 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, ff the channelizers are displaced or fail to remain in an upright posifion, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of secfion 4-1.5, "Certificafion". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: . rr- * . • 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 153 of 157 Pages Add the following secfion: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall Immediately replace the signs in their original approved locations. The Contrador shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condifion. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such mari<ing being discovered during non-wori<ing hours or, when the marking is discovered during working hours, within 2 hours of such discovery of mari<ing. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete banier 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 graffifi from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffifi, fire or vehicle mari<s, dirt or any and all materials such that said marks or discolorafion mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addifion to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in secfions 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures." Load tickets and a Certificate of Compliance will not be required. Reinfordng 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 Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm {%") thick plate welded on the upper end with a 5-mm (7i6") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in secfion 303- 1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addifion to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundafion. The foundafion shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be Revised 09/11/12 Contract No. 5030. 6608. & 6013 Page 154 of 157 Pages furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administrafion (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2012 shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in exisfing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following secfion: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite III" manufactured by Energy 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 applicafion, operational characteristics, durability and other such characterisfics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direcfion, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings Tl and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the applicafion as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2012 shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. s^^' Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shall include full compensafion 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 reflectors marking them shall include the installafion, grading for installafion, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per sedion 3-3, Extra Work, SSPWC. ¥ Revised 09/11/12 Contract No. 5030, 6608, & 6013 Page 155 of 157 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600-3 Rubberized Emulsion - Aggregate Slurry 600-3.2 Materials add the following: Aggregate for Rubberized Emulsion - Aggregate Slurry shall be Type I Slurry Aggregate. 600-3.4 Application of REAS add to the first paragraphs: No slurry shall be applied until the provisions of subsecfion 212-1.2.6, Herbicide Applicafion, Secfion 302-11 Asphalt Concrete Pavement Crack Filling and Sealing, Section 312-3 Pavement Marker Removal have all been satisfied. The Contrador shall remove all existing markings, legends and striping, either permanent or temporary in those areas to be slurried. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulfing from high velocity water jet striping removal from the pavement immediately after the water jetfing and shall not allow such materials to fiow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitafions for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. All cracks and areas between existing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with herbicides. Herbicides shall be applied at least 2(two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Contractor shall remove any visible plant growth prior to placement of Herbicide. Full compensation for removal of striping and herbicide application shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit price bid for Rubberized Emulsion Aggregate Slurry and no additional compensafion will be allowed therefore. 600-3.6 Public Convenience and Traffic Control modify the first line with the following: Public Convenience and traffic control shall conform to 302-4.4.4. There shall be no stockpiling of material allowed on City right-of-way. ^¥ Revised 09/11/12 Contract No. 5030,6608. & 6013 Page 156 of 157 Pages APPENDIX A SAMPLE DOOR HANGER NOTIFICATION CARD APPENDIX "A" CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carisbad's ongoing program to maintain its infrastructure, major Improvements will be occurring in your neighborhood, beginning in two or three weeks. This process requires that your street be partially closed for four months starting at 7:00 a.m. and continuing unfil the Contractor removes the traffic control devices. You will be nofified 72 hours in advance of the day your street will be closed by a brightly colored 3 Vk" x Q Yi" 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. {Name of Contractor) is the Contractor that will be performing the construcfion acfivitles 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 If you have a moving company scheduled to come to your house within during this fime period, 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 Inspecfion Department at 602-2780. They will assist you in resolving the concems. The City of Carlsbad has some of the finest infrastructure in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carisbad. Revised 09/11/12 Contract No. 5030, 6608. & 6013 Page 157 of 157 Pages ^ APPENDIX B CALIFORNIA COASTAL COMMISSION EXEMPTION LETTER STATE OF CAUFORNIA-THE NATURAL RESOURCES AGENCY ARNOtO SCHWARZENEGGER, Oovwnor CALIFORNIA COASTAL COMMISSION SAN DIEOO AREA 7575 METROPOLITAN DRIVE. SUITE 103 SAN DIEOO. CA 92108.4402 (619) 767-2370 EXEMPTION LETTER DATE: March 17.2010 NAME: Brandon Miles Citv ofCarlsbad 1635 Faradav Ave. Carlsbad. Ca 92108 LOCATION: Park Drive, starting at Adams Street and following 1000 feet to the south, Carlsbad, Ca. PROJECT: The replacement of a failed wateriine with an identical replacement wateriine located entirely within an existing roadway, to be replaced as necessary, including sidewalk and roadway surface restoration. The pipe is being replaced with the same size pine, and the project will not impact any sensitive habitat No other concems regarding impacts to coastal resources result from the proposed project. This is to certify that this location and/or proposed project has been reviewed by the staff of the Coastal Commission. A coastal development pennit is not necessary for the reasons checked below. n The site is not located within the coastal zone as established by the Califomia Coastal Act of 1976, as amended. r~i The proposed development is included in Categorical Exclusion No. adopted by the Califomia Coastal Commission. n The proposed development is judged to be repair or maintenance activity not resulting in an addition to or enlargement or expansion of the object of such activities (Section 30610(d) of the Coastal Act). n The proposed development is an improvement to an existing single-family residence (Section 30610(a) of the Coastal Act) and not located in the area between the sea and the first public road or within 300 feet of the inland extent ofany beach (whichever is greater) (Section 13250(b)(4) ofthe 14 Cal. Admm. Code. (over) Page 2 n The proposed development is an improvement to an existing single-family residence and is located in the area between the sea and the first public road or withm 300 f^t Of the inland extent of any beach (whichever is greater) but is not a) an mcrease of 10% or more of intemal floor area, b) an increase in height over 10 A or c) a significant non-attached structure (Sections 30610(a) ofthe Coastal Act and Section 13250(b)(4) of Administrative Regulations). n The proposed development is an interior modification to an existing use with no change in the density or intensity of use (Section 30106 ofthe Coastal Act). n The proposed development involves the installation, testing and placement in service Of a necessary utility connection between an existing service facility and development approved in accordance with coastal development permit requirements, pursuant to Coastal Act Section 30610(f). n The proposed development is an improvement to a structure otiier than a single- family residence or public works facility and is not subject to a pemiit requiremem (Section 13253 of Administrative Regulations). n The proposed development is the rebuilding of a structure, otiier than a public works facility, destroyed by natural disaster. The replacement conforms to all ofthe requirements of Coastal Act Section 30610(g). M Other The proposed development is exempt under 30610(4) of tiie Coastal Act: Repair Mainteiwnce and Utility Hook-Up. No pemtiit is requited for tiie repair and maintenance of existing sewer facilities that do not alter tiie service capacity. Please be advised tiiat only the project described above is exempt from the pemiit ^uirements ofthe Coastal Act Any change in the above project may cause it to lose ite ™t status. This certification is based on information provided by tiie recipient of this letter If at a later date, this information is found to be incorrect or incomplete, this letter will become invalid, and any development occumng at that time must cease untti a coastal development permit is obtained. Sincerely, ILE COPY JANUARY 25, 2010 TO: BRANDON MILES, ASSOCIATE ENGINEER FROM: (3ilsfW|iS"?Sm@[59^^ SUBJECT: EA 10-01 - PARK DRIVE WATER PIPELINE AND SURFACE IMPROVEMENTS Thank you for submitfing an Eariy Assessment for a water pipeline replacement and street' improvement project generally located on Pari^ Drive between Adams Street and Cove Drive. In December 2008, a wateriine failure resulted In pavement and substructure impacts. A temporary repair to the wateriine was performed and pavement and surface Improvements were completed to restore the sidewalk and roadway surface to working order. The wateriine will be relocated and adjusted to Improve sen/ice. The roadway will need to be replaced and all soil and sub-grade replaced to restore pavement conditions. Appropriate sidewalk, driveways, and curbs will be repaired to meet City standards. Additionally, meters, valves, fire hydrants and all wateriine fie-lns will need to be replaced and/or relocated. The project Is In the eariy stages of design and therefore plans have not been completed. It Is expected that the project design will be completed in March 2010. The projed site consists entirely of public street right-of-way and is surrounded by developed residenfial and vacant graded lots. In response to your applicafion, the Planning Department has prepared this comment letter Please note that the purpose of an Eariy Assessment Is to provide you with direction and comments on the overall concept of your project This Early Assessment does not represent an In-depth analvsis of vour proiect It is intended to give vou feedback on critical issues based upon the information provided in vour submittal. This review is based upon the Plans, policies, and standards in effect as of the date of this review. Please be aware that at the time of a formal application submittal, new plans, policies, and standards may be in effect and additional issues of concern mav be raised through a more specific and detailed review. • Planning: 1. The project is located in the Coastal Zone. However, the majority of the project area Is an area of deferred certificafion (Agua Hedionda Land Use Plan) and will require the project to be reviewed by the Califomia Coastal Commission. You will need to contact the San Diego Coast District Office of the Coastal Commission at (619) 767-2370 to determine If a Coastal Development Permit from the Coastal Commission is needed To aid in this-effort, planning staff has completed Appendix B (attached) of the Commission's permit applicafion which indicates no local discretionary permits are needed, among other things. »sEA^'lQiOl "-^PARK DRIVE WATER PIPELINE AND SURFACE IMPROVEMENTS January 25, 2010 Page 2 •_ For any portion of the project area that may extend outside of the deferred certificafion area, that portion is exempt from a Coastal Development Pemiit Issued by the City because repair and maintenance activities not described in C.M.C. Section 21.201070 do not require a Coastal Development Permit as indicated in C.M.C. Section 21.201 060 A.11. 2. The projed Is exempt from environmental review per State CEQA Guidelines Secfion 15301 (b) and 15301 (c), concerning repair and maintenance of exisfing facilities. If you would like to schedule a meefing to discuss this letter, please contact Chris Garcia, Junior Planner, at (760) 602-4622. Sincerely, DAVID de CORDOVA Principal Planner DdC:CG:sm c: Don Neu, Planning Director Scott Donnell, Senior Planner Skip Hammann, Transportafion Director File Copy Data Entry APPENDIX C CARLSBAD MUNICIPAL WATER DISTRICT APPROVED MATERIALS LIST APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model AIRA/ACUUM VALVE 2-INCH ARI D-040 (up to 250 psi) AIRA/ACUUM VALVE greater than 2" Epoxy coated/lined. Stainless steel hardware ARI D-060 HF AIRA/ACUUM VALVE ABOVE GRADE ENCLOSURE Air-Vaccum Valve Assembly. See Standard Dwg W7 See "Valve Box" for below grade components Pipeline Products VCAS 1424 2" Pipeline Products VCAS 1830 4" Pipeline Products VCAS 2436 6"-8" TN - Potable PR - Recycled ANGLE METER STOPS 1-INCH Compression x Meter Nut 1" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Wing, Compression x Outlet Swivel Meter Nut Ford BA43-444WQNL Jones E-1963WSG Mueller B-24258 N AY McDonald 74602BQ ANGLE METER STOPS l-INCH Flare x Meter Nut 1" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Wing, Flare x Outlet Swivel Meter Nut Ford BA23-444WNL Jones E-1964W Mueller B-24255 N AY McDonald 74602B ANGLE METER STOPS 2-INCH Compression x Meter Nut 2" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Wing, Compression x Outlet Meter Flange Ford BFA43-777WQ NL Jones E-1975WSG Mueller B-24276 N AY McDonald 74602BQ ANGLE METER STOPS 2-INCH Flare x Meter Nut 2" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Wing, Flare x Outlet Meter Flange Ford BFA23-777WNL Jones E-1973W Mueller B-24277 N AY McDonald 74602B BACKFLOW PREVENTER (R.P.) Reduced Pressure Principal Type Assemblies; Double Check Valve Detector Assemblies for Fire Sprinkler Systems List of Approved Backflow Prevention Assemblies by the State of California, Department of Health Services most recent version CORPORATION STOP, FLARE XMIP Bronze Flare x MIP Thread Ball Valve (T-Head only) 1"and 2" Full Opening Ford FB700 NL Jones E-1929 Mueller B-25025 N AY McDonald 74704B CORPORATION STOP, COMPRESSION X MIP Bronze Compression x MIP Thread Ball Valve (T-Head only) 1"and 2" Full Opening Ford FBI 100Q NL Jones E-1957G Mueller B-25028 N AY McDonald 74704BQ CORPORATION STOP, MIP X MIP Bronze MIP x MIP Thread Ball Valve (T-Head only), 1" and 2" Full Opening Ford FB500 NL, Jones E-1943 Mueller B-2969 N (2") Mueller B-20013 N (1") BOLTS AND NUTS, 304 SS Hex-Head Machine, ASTM A193, Grade B8 Bolts and ASTM A194, Grade 8 Nuts BOLTS AND NUTS, 316 SS Hex-Head Machine, ASTM A193, Grade B8M Bolts and ASTM A194, Grade 8M Nuts BOLTS AND NUTS, A307 Hex-Head Machine, Cadmium/Zinc Plated, ASTM A307, Grade A Bolts and A307 2H Heavy Hex Nuts BONDING AGENT, EPOXY Epoxy Resin Based Bonding Agent for Bonding New Mortar or Concrete to existing concrete Sika Sikadur 32 Hi-Mod BUSHING, INSULATING Nylon, 1-1/4" X 1", 1-1/2" xl", 2-1/2" X 2" Calpico Corrosion Control Products F.H.Mahoney November 21, 2012 APPENDIX "C CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model CASING END SEAL 1/4" Thick Styrene Butadiene Rubber Sheet End Seal. Use 1" Wide Stainless Steel Bands. Zippered End Seals with Stainless Steel Bands may also be used. Advanced Products & Sys. Cascade Calpico Pipeline Seal & Insulator Powerseal Raychem CASING SPACER Stainless Steel Casing Spacer, Center Restrained, Position Type with PVC Liner and Non-metallic Anti-friction Runners Advanced Products & Sys. Cascade Calpico Pipeline Seal & Insulator Powerseal Raychem CATHODIC TEST STATION BOX 25.4 Kg (54 lbs) Concrete Body with 5.4 Kg (12 lb) Ductile Iron Lid and Lid Ring. "CP TEST" shall be cast into the Lid in 25mm (1") Letters. For Cathodic Protection Test Stations, Anode Ground Beds and Insulated Flange Test Stations. Christy G5 CATHODIC WELDING For Welding Cathodic Bond Wires to Steel Pipelines CHLORINE Liquid (Gas) or Sodium Hypochlorite Solution. See Section 15040 COATING, MASTIC Cold applied Coal Tar or Epoxy based single component, self- priming, heavy-duty protective exterior coating for buried concrete Carboline Bitumastic 50 Devoe Devtar 5A Polykem 938 Tnemec HB Tnemecol 46-465, HB Tneme-Tar 46H-413 COATING, WATERPROOF Epoxy Resin Based Cemetous Trowel Grade protective waterproofing for concrete Sika Top Seal 107 STO CR 241 COUPLING, C900 PVC DEFLECTION 4" through 12" Solid PVC for obtaining deflection only. Certainteed Vinyl Iron HD COUPLING, C900 PVC CLOSURE OR REPAIR 4" through 12" Solid PVC for closure or repair Certainteed Vinyl Iron HD COUPLING, C905 PVC CLOSURE, DEFLECTION OR REPAIR 16" through 36" Solid PVC for Closure, Deflection or Repair IPEX Nyloiplast America Septer COUPLING, GROOVED Use for Above Ground Dl or Steel Pipe 100mm (4") or larger Grinnell #7001 Tyler 500 Vitaulic#44, #77 COUPLING, TRANSITION FLEXIBLE 4" and Larger Steel or Ductile Iron Construction, Slip x Slip, Epoxy Coated with 304 or 316 Stainless Steel Bolts and Nuts. For use on AC, PVC, Dl, or Steel Pipe Ford FCI, FC2A, FC2W Romac 501, XR 501, Macro HP Smith-Blair 411, 413 CUSTOMER SIDE SHUT-OFF VALVE 3/4" and 1" Bronze Customer Shut-off (Ball Valve), Inlet Swivel Meter Nut x Outlet FIP Thread, Lockable Tabs, with Lever Handle Ford B13-332WW/HT34 B13-444WW/HT34 Jones J-1908W Mueller B-24351 AY McDonald 76101MWw/SHDLB CUSTOMER SIDE SHUT-OFF VALVE 2" Bronze Customer Shut-off (Ball Valve), Inlet Meter Flange x Outlet FIP Thread, Lockable Tabs, with Lever Handle BF13-777WW/HB-67S Jones J-1913W Mueller B-24337 AY McDonald 76101MWw/SHDLB ELL, BURY, DUCTILE IRON 6" Ductile Iron Bury Ells, Long Radius, Fig x MJ/PO (Use of Short Radius Bury Ells with District Engineer Approval Only) Clow South Bay Foundry EPOXY ADHESIVE High-Modulus, Low Vicosity, Epoxy Resin Based Adhesive suitable for Grouting Bolts or Dowels Sika Sikadur 31, Sikadur 35 November 21, 2012 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model | EXPANSION JOINT For Water Pipeline Bridge Crossings APAC 703 Dresser 63 Powrseal 3563 Smith-Blair 611,612 FIRE HYDRANT SPOOL, DUCTILE OR CAST IRON, FLANGED Ductile or Cast Iron Spool with Integrally Cast Flanges and Machined or Cast Exterior Grooves. Spools 12" or longer shall have grooves 3" from each Flange. Spools shorter than 2" shall have one groove centered between the Flanges. Grooves shall be 3/16" deep, + 1/16" and 1/4" wide, + 1/16", 6 Holed FIRE HYDRANT 6" Standard 150 PSI Wet Barrel Ductile Iron Fire Hydrants with Six Hole Bolt Pattern. 4" x 2.5" or 4" x 4" x 2.5" Outlets Clow 850, 860 Jones J4040, J4060 FIRE HYDRANT, 200 PSI or Higher Project Specification Submittal Required FITTING, DUCTILE IRON Flanged, Mechanical, Joint or Push-on Tees, Bends, Crosses, Recucers, Adapters, etc., for Water Lines 4" and larger. Manufactured per AWWA Cl 00, Cl 11, Cl 53. Double Cement Mortar Lined. (SSB Fittings will not be permitted on C905 Pipe.) Bachman Griffin Nappco/Sigma Pipeline Components Star Tyler FITTING, GROOVED Grooved ductile Iron Fittings for Grooved end Pipes, 4" through 24" Grinnell TylerG-B Victaulic FITTING, PIPE RESTRAINT May be used with or in lieu of thrust blocks with approval of District Engineer Romac-GripRing Star Pipe-PVC Ring Lock Series 3500 UniFlange- 1300-C Eagle LOC 900 GASKET 1/8" Thick Full Face or Ring, Aramid Fiber Bound with Nitrile. No Asbestos Content Calpico Garlock 3000 Johns-Manville Klinger4401 Tripac 5000 GASKET, JOINT RESTRAINT Rubber Ring Type with Stainless Steel Locking Segments Vulcanized into the Gasket. Fur use on PVC Carrier and Casing Pipes. US Pipe Field Lok 350 GASKET, RUBBER GASOLINE RESISTANT Gasoline Resistant Pipe Gaskets for Water Mains Newby GASKET, RUBBER RING 3mm (1/8") Thick, Rubber Ring Type, 1.72 Mpa (250 PSI) Maximum. For 100mm (4") through 900mm (36" Pipe Flanges Calpico Johns-Manville US Pipe GREASE For Bolt Corrosion Protection on Buried Bolts, NO-OX-ID Type Sanchem NO-OX-ID Dearborn Chemical GROUT Non-Shrink Cement Based Construction Grout for Crack Repair, Flooring Mortar, Dowel Grouting, Crack Sealing and General Binding Sika Sikagrout212 STO Epoxy Binder CR633 STO Epoxy Gel CR635 STO N-S Grout CR732 JOINT SEALING COMPOUND, PLASTIC ROPE For use on Pre-cast Vault and Manhole in Grooved Joints between sections Quickset Joint Sealing Compound LUBRICANT, PIPE GASKET Rubber Gasket Pipe Lubricant for use on PVC or ductile Iron Pipe Joints, NSF Listing required. Whitlam Blue Lube METER Supplied by CMWD November 21, 2012 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model METER BOX 1" SERVICE 12" x 20" X 12"Polymer Meter Box and Cover for 1" Water Services with meters 1" or smaller. Cover color: Gray for Potable Water Use Purple Lids and Boxes for Recycled Water Use Amorcast A6000485 Cover A6000484 Lid, Drop In A6000487 METER BOX 2" SERVICE 17" x 30" X 12" Polymer Meter box with 2-Piece Lid for 2" Water Services with meter larger than 1" and Blowoff Assemblies Cover Color: Gray for Potable Water Use Purple Lids and Boxes for Recycled Water Use Amorcast A6001640PC-12 Cover A6001643 Lid, Drop In A6000482 METER BOX 1" SERVICE (Exposed to Traffic Loads) Gray for Potable Water Use Purple Lids for Recycled Water Use Brooks Model No.37 with Traffic Rated Lid METER BOX 2" SERVICE (Exposed to Traffic Loads & for Combination Air Release, Std Dwg W7) Gray for Potable Water Use Purple Lids for Recycled Water Use Brooks Model No.66 with Traffic Rated Lid METER FLANGE Bronze Meter Flanges for 1-1/2" and 2" Meters with Slotted Holes Ford CF Series Jones J129 A.Y.McDonald610F MORTAR, REPAIR Two Component, Low Shrinkage, Cement Based with High Compressive and Bonding Strength Sika Sika Top 122,123 STO CR 735, CR 740 PAINT Valve Box Lids Prime Coat required on all above ground metal surfaces Frazee Traffic Line and Marking Paint Yellow #5020301 (2 coats) PAINT Fire Hydrants Prime Coat required on all above ground metal surfaces Frazee Arothane, SGI 360407, Safety Yellow (2 coats) PAINT Backflow Assys & Vent Pipes, Meters, Regulators, Vault Piping, Air Valves. Prime Coat required on all above ground metal surfaces Frazee Arothane, SG1360407, Dunes Tan (2 coats) PAINT Backflow Assys & Vent Pipes, Meters, Regulators, Vault Piping, Air Valves. Prime Coat required on all above ground metal surfaces (use Tnemec primer) Tnemec Series 1029 Enduratone, Purple Rain/Safety USF (2 coats) PAINT, PRIME COAT Prime Coat, Prime Coat required on all above ground metal surfaces Frazee C309 Ultratech Universal WB Metal Primer PIPE, COPPER TUBING 1" Type K Soft Seamless rolled Tubing 2" Type K Soft Seamless Straight Lengths 1" and 2" Type K Rigid Seamless Straight Lengths Cerro Halstead Lee Mueller Phelps-Dodge PIPE, DUCTILE IRON For Water Lines 100mm (4") and larger manufactured per AWWA cm C115, C150, C151. Double Cement Mortar Lined American Pipe Griffin Pacific States U.S. Pipe PIPE, PVC C900 For Water Lines 4" through 12" and 8" Gate Wells. AWWA C900 DR18and DR14 Certainteed Diamond Plastics IPEX JM Eagle North American Pipe Pacific Western VinylTech November 21, 2012 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model | PIPE, PVC C905 For Water Lines 16" and 20" through 36". AVWVA C905 DR21 and DRJ18 Certainteed Diamond Plastics IPEX JM Eagle North American Pipe Pacific Western Vinyltech PIPE, STEEL CEMENT MORTAR LINED AND COATED (CML+C) Steel Cylinder (CML/C), Per AWWA Ml 1 and Section 15061.1/4" Minimum Wall Thickness. Steel Pipes Used for Recycled Water Installation are to be identified per District requirements. Submittal required. PLASTIC ENCASEMENT 12-mil Thick Polyethylene Encasement Sleeve for Ductile Iron Pipe (DIP) per AWWA C105 and Recycled PVC, CMC/L, or DIP Non-Purple Water Pipe. Clear Sleeve for Potable Water Purple Color for Recycled Water PLASTIC WRAP 8-mil Thick Polyethylene Encasement for Buried Fittings and Valves ~ Double Wrap Clear Sleeve for Potable Water Purple Color for Recycled Water PRIMER, WAX TAPE Surface Primer for Underground Application of Petrolatum Wax Tape Carboline Denso Paste Trenton Tern-Coat PROTECTOR POST, STEEL 4" Diameter, 0.250" Wall Galvanized A-120 Steel Pipe, Concrete Filled SEALANT Chemical Grout for Joint Sealing 3M Scotch Seal SERVICE SADDLE FOR ACP AND Dl PIPE Cast Brass ASTM B62 Body with Silicone Bronze Double Straps, IP Outlet Sizes 25mm (1") and 50mm (2") Ford 202B Jones J-979 Smith-Blair 323 Romac 202B Mueller BR2B AY McDonald 3826 SERVICE SADDLE FOR PVC C900 PIPE Bronze or Brass Saddle with Stainless Steel Four Bolt Strap(s), IP Thread Outlet for Sizes 1" and 2" for Pipe Sizes 4" through 12" Ford 202BS Jones J-969 Smith-Blair 393 Romac 202BS Mueller BR2S AY McDonald 3846 SERVICE SADDLE FOR PVC C905 PIPE Bronze or Brass Saddle with Stainless Steel Four Bolt Strap(s), IP Thread Outlet for Sizes 1" and 2" for Pipe Sizes 16" and Larger. Ford 202BS Jones J-969 Romac 202B Mueller BR2S AY McDonald 3846 TAG, BRASS IDENTIFICATION 1" Diameter, 18 Gauge Brass with 3/16" Die Stamped Letters and Numbers, Suitable for Attachment to Cathodic Protection Wires by means of a Nylon Zip Tie. Ford 202BS Jones J-969 Romac 202N TAPE, OUTER WRAP Adhesive Plastic Outer Wrap for Wax Petrolatum Tape in Underground Applications Polyken 960 Trenton Polyply TAPE, UTILITY 10 to 50 Mil X 2" Wide General Utility Tape for Corrosion Protection of Above and Below Ground Pipes and Fittings Calpico Northtown Polyken 900 Scotchwrap 3M 50, 51 November 21, 2012 APPENDIX "C" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES 1 Item Description Manufacturer/Model TAPE, WARNING/ IDENTIFICATION 6" Wide, Warning/Identification (Non-Metallic) Marking Tape for Buried Facilities with Continuous Warning "Caution Water Main Buried Below" or "Caution Recycled Water Main Buried Below" Tape for Recycled Water shall be Purple Calpico, Type 1 Line-Tec, Type B T.Christy Eng., Type 1 Terra Tape, Standard 250 Thor, Elast Tec Northtown TAPE WARNING/ IDENTIFICATION FOR RECYCLED IRRIGATION 3" Wide, Warning/Identification (Non-Metallic) Marking Tape for Buried Irrigation Pipelines. Purple Color with Continuous warning "Caution Reclaimed Water Main Buried Below" Calpico, Type 1 Line-Tec, Type B T.Christy Eng., Type 1 Terra Tape, Standard 250 Thor, Elast Tec Northtown TAPE, WAX ABOVEGROUND Petrolatum Saturated Synthetic Fabric Tape for use on Aboveground Couplings, Flanges, Fittings, etc. Trenton #1 Wax-Tape TAPE, WAX UNDERGROUND Petrolatum Saturated Synthetic Fabric Tape for use on Underground Couplings, Flanges, Fittings, etc. Primer and Outer Wrap Required. Carboline Densyl Tape Trenton #2 Wax-Tape TAPPING SLEEVE FOR ACP, DIP, and C-900 Use on 6" -12" wet taps. All SS flange and construction. No size- on-size taps. Ford Style Fast Romac SST/SST3 Smith Blair 663 VALVE STEM EXTENSION, FIBERGLASS Three Part Fiberglass Valve Extension Kit. Use when extension 8 foot or shorter. Pipeline Products FPU-210, FPT-200, FPL-220 VALVE STEM EXTENSION SS Round or Square 1-1/2" Diameter SS Rod, Welded Construction, with Top Centering Ring and AWWA 2" Operating Nuts Top and bottom. Use when extension longer than 8 foot. Pipeline Products SX-908 VALVE, BALL WITH LOCKING TABS 3/4"Bronze, Straight, FIP x Meter Swivel with Locking Tabs and Purple Handle 1" Ford B13-444W 1" Jones Jl908 2" Ford BF13-777W 2" Jones J1913 AY McDonald 76101W VALVE, BUTTERFLY 150 PSI 18" and Larger, AWWA C504, Class B. Thermosetting or Fusion Bonded Epoxy coated and Lined. Class D or E Flange x Flange Ends M&H 1450, 4500 Mueller Lineseal ill Pratt Groundhog VALVE, BUTTERFLY 250 PSI 18" and Larger, AWWA C504, Class B. Thermosetting or Fusion Bonded Epoxy coated and Lined. Class D or E Flange x Flange Ends M&H 1450, 4500 (Class 250) Mueller Lineseal XP 250 Pratt Triton HP-250 VALVE, GATE, RESILIENT WEDGE (RWGV) 4" through 16", non-rising Low Zinc Bronze or Stainless Steel Stern, Ductile Body and Bonnet, encapsulated Wedge per AVWVA C509 or C515 with Epoxy Coated Interior. Manufactured to AWWA C509 or C515, with 250 PSI Rating *Ductile Iron Bodies and Bonnets are required •Holiday Free per CMWD Standards Sec. 15100-1.8 American FC, Series 2500 AVK 45 CIOWF6100, F6100 Ductile Kennedy Ken-Seal ii, KRSR Mueller 2361 M&H 4067, 7067, A2361 U.S. Pipe Metroseal & Metroseal 250 VALVE, PRESSURE RELIEF AND SUSTAINING Epoxy coated in/out. Stainless trim. Model specified for each job. Cla-Val November 21, 2012 APPENDIX "C CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model VALVE, HANDLE BALL, 150 PSI 3/4" Through 2", Used as part of meter assembly and provided by CMWD Jones 3/4" J-1098 Jones 1" J-1908, 2" J-1913 Ford 3/4" B13-332W Ford 1" B13-444W Ford 2" B13-777W AY McDonald 76101MW w/SHDLB VALVE BOX RECYCLED WATER VALVES Lid to be marked "Recycled Water", See Standard Dwg W13 South Bay Foundary SBF 1208-N VALVE BOX For Gate Valves & Butterfly Valves, See Standard Dwg WI 3, Lids shall be marked 'Water" Brooks Service 4TT J&R 4T VALVE BOX Normally Close Valve, Lids shall be marked "Water" Brooks Service 3RT VALVE BOX 1" Blow Off or Manual Air Releases. See Standard Dwg W5, Lids shall be marked "Water" Brooks Service 4TT J&R 4T VALVE BOX 2" Blow Off or Manual Air Release. See Standard Dwg W6 Lids shall be marked "Water" South Bay Foundary SBF 1243 VALVE BOX 4" Blow Off Assembly. See Standard Dwg W11 South Bay Foundary SBF 1243 (for 4" Pipe Outlet) and Brooks 4TT or J&R 4T (for Valve) VALVE BOX Air-Vaccum Valve Assembly. See Standard Dwg W7 Valve Boxes Located in traffic shall use approved manufacturer's Traffic Rated Lids Amorcast A600 1640 PC-12 w/#60001643*Service 5 Cover Brooks 66 (2-piece lid) J&R No W6B (2-pice lid) WIRE, TRACER #14 AWG Solid Copper UF Type Wire, with Cross Linked Polyethylene insulation. White or Yellow in Color Baron Cosberg Industries Paige Regency Wire WIRE, TRACER CONNECTOR Direct Bury Silicone-Filled Capsule Tube with Standard Wire Nut or Silicone-Filled Wire Nut Connectors for Tracer Wire Connections. 3M DBR-6 King 4 King 5 King 6 November 21, 2012 APPENDIX D CARLSBAD MODIFICATIONS TO SAN DIEGO REGIONAL STANDARD DRAWINGS VOLUME 3 - STANDARD DRAWINGS & SPECIFICATIONS CHAPTER 2 - CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS Note: The minimum allowable concrete mix design for all concrete placed within public right- of-way shall be 560-C-3250 as specified in the Standard Specifications for Public Works Construction. DWG. MODIFICATION . D-2 Enlarge curb inlet top to width of sidewalk (not to exceed 5'6") by length of inlet including wings. Exisfing reinforcing steel shall be extended across enlarged top to clear distances shown. D-20 Delete. D-27 Add: A maximum of three (3) combined outlets in lieu of Std. D-25. D-40 Add: "T" dimension shall be a minimum of three (3) fimes size of rip rap. D-70 Minimum bottom width shall be 6' to facilitate cleaning. D-71 Minimum bottom width shall be 6' to facilitate cleaning. D-75 Delete "Type-A" Add: 6" x 6" x #10 x #10 welded wire mesh, instead of stucco netfing. E-1 Delete direct burial foundafion. Add: The light standard shall be pre-stressed concrete round pole. E-2 Grounding per note 2. Attachment of the grounding wire to the anchor bolt shall be below the light standard base plate with an approved connecfion. G-3 Delete. G-5 Add: Note 4. Tack coat shall be applied between dike and exisfing asphalt concrete surface as specified in Secfion 302-5.4 SSPWC. G-6 Type B-1 not used. When specified, Type B-2 shall have a curb height of8", width of 6", with a 3:1 batter. When specifically approved by the City Engineer, Type B-3 shall have a curb height of 8", width of 6", a 3:1 batter with the hinge point eliminated. G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint-to-joint or approved combinafion. Volume 3 - Chapter 2 1 of 2 CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONALSTANDARD DRAWINGS (CONTINUED) DWG. MODIFICATION G-12 Add: smooth trowel flow line (typical) 7-1/2" thick with a minimum of 6" of aggregate base per City of Carisbad Standard GS-17. G-13 Add: smooth trowel flow line (typical), 7-1/2" thick, with a minimum 6" of aggregate base per City of Carisbad Standard GS-17. G-14 Change: Residential Thickness = 5-1/2" Commerdal/Multi-Family Residenfial Thickness = 7-1/2" G-15 Delete requirement 3 G-24 Replaced with Carisbad Standard Drawing GS-25 G-25 "Type-C" only (delete "Type D") G-26 Change thickness from 5-1/2" to 7-1/2" and add minimum 4" Class 11 base under curb/gutter (to 6" past back of curb). G-33 Delete G-34 "Type-C" only (delete "Type D") G-35 "Type-F" only (delete "Type E") M General: Agency shall be "City of Carisbad" M-2 Add: To be used only with specific approval of the City Engineer. Volume 3 - Chapter 2 2 of 2 APPENDIX E CITY OF CARLSBAD MUNICIPAL WATER DISTRICT AND SAN DIEGO REGIONAL STANDARD DRAWINGS R/W=126' MEDIAN PRIME ARTERIAL STREET R/W=102' e'TYP I MEDIAN I MAJOR ARTERIAL STREET -^"TYP m 10' » 64' _2%^ 2% -H h-6"TYP SECONDARY ARTERIAL STREET R/W=6Q' H h-6"TYP COLLECTOR STREET R/W=60'/68'* IE USE WIDER DIMENSIONS WHERE ANY PORTION OF ADJACENT LOTS CONTAIN A FIRE HAZARD ZONEAlRE SUPPRESSION ZONE LOCAL STREET REV. APPROVED DATE CITY OF CARLSBAD KoU*A.T. MU-i rvN. If 11 /HQ STANDARD STREET WIDTHS CITY ENGINEER DATE STANDARD STREET WIDTHS SUPPLEMENTAL /^O H STANDARD NO. OO" 1 STANDARD STREET WIDTHS SUPPLEMENTAL /^O H STANDARD NO. OO" 1 MINIMUM STRUCTURAL SECTION IN INCHES Tl= 1.35 (EWL) T.l. 4.5 5.0 6.0 7.0 8.0 8.5 9.0 TYPE SUBGRADE CUL-DE- SAC LOCAL STREET COLLECTOR LIGHT INDUSTRIAL SECONDARY ARTERIAL MAJOR ARTERIAL PRIME ARTERIAL R-VALUE AC AB AC AB AC AB AC AB AC AB AC AB AC AB 8 4 7 4 13 4 15 10 4 5 4 18 5 18 6 18 12 4 6 4 12 4 14 14 4 17 5 17 6 17 16 4 4 4 11 4 13 5 16 6 16 18 4 5 4 16 20 4 10 4 12 4 15 5 15 6 15 22 6 14 24 4 4 4 9 4 11 4 14 5 14 26 5 13 6 13 28 4 8 4 10 4 13 30 5 12 6 12 32 4 7 4 9 4 12 6 11 34 4 11 5 11 36 4 6 4 8 6 10 38 4 10 5 10 6 9 40 4 7 5 9 42 4 9 6 8 44 4 6 5 8 46 4 8 6 7 48 5 7 6 6 50 4 7 5 6 52 54 4 6 1. SOILS HAVING AN R VALUE LESS THAN 12 REQUIRE SPECIAL CONSIDERATION. AN ALTERNATIVE TO INCREASING THE STRUCTURAL SECTION IS TO TEST FOR LIME STABILIZATION. THE CORRESPONDING STRUCTURAL SECTION DETERMINED AND % LIME ESTABLISHED. 2. A.B. = ALL AGGREGRATE BASE MATERIALS SHALL BE CLASS II PER CALTRANS SECTION 26-1.02A OR CMB PER SECTION 200-2.4 SSPWC. 3. THE BOTTOM FIGURES LISTED ARE THE MINIMUM PERMITTED. 4. TOP 12" OF SUB-GRADE TO BE 95% COMPACTION. 5. PAVING SHALL BE DONE IN A MINIMUM OF TWO LIFTS WITH THE SURFACE COURSE DONE JUST PRIOR OCCUPANCY. THE BASE COURSE SHALL BE 2.5" MIN. 6. POTABLE, RECLAIMED WATER AND GAS, VALVE BOXES SHALL BE RAISED TO GRADE OR MADE ACCESSIBLE AT EACH PAVING LIFT AS APPROVED BY THE CITY ENGINEER. IF THE SEWER MAIN IS IN SERVICE, THE ACCESSHOLE SHALL BE RAISED TO AT EACH PAVING LIFT. RAISING APPURTENANCES TO FS BEFORE AC CAP WILL NOT BE ALLOWED. RAISING VALVE BOXES, CLEANOUTS OR ACCESSORIES TO FINISH GRADE BEFORE FINISH AC CAP IS PLACED WILL NOT BE ALLOWED. REV. APPROVED DATE CITY OF CARLSBAD /^^-^^ (^-^^...^ 6-04 STRUCTURAL SECTION OF STREETS AND ALLEYS /^^-^^ (^-^^...^ 6-04 STRUCTURAL SECTION OF STREETS AND ALLEYS CITY ENGINEER DATE STRUCTURAL SECTION OF STREETS AND ALLEYS SUPPLEMENTAL . STANDARD NO. OO" 1 / 4" BLACK NUMBERS WHITE BACKGROUND- 1. NUMBERS TO BE CENTERED ON WHITE BACKGROUND. 2. NUMBERS TO BE PLACED WITHIN 5 FEET OF DRIVEWAY REV. APPROVED DATE CITY OF CARLSBAD ^l/.lJd^l^^- 12/11 PAINTED CURB ADDRESS ^l/.lJd^l^^- 12/11 PAINTED CURB ADDRESS CITY ENGINEER DATE PAINTED CURB ADDRESS SUPPLEMENTAL /-xo STANDARD NO. 00-19 LIMIT OF 2" GRIND ASPHALT CONCRETE FINISH COURSE SEE GS-28 UMIT OF 2" GRIND (TYP.) SAWCUT LINE TYPICAL 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 UNE, THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN UNE. 5. WHEN THE EDGE OF THE GRIND UES WITHIN A WHEEL PATH, THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE UNE OR EDGE OF PAVEMENT. REV. APPROVED DATE CITY OF CARLSBAD TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS LESS THAN 25" CITY ENGINEER •'-^'v^^ 2/10 DATE SUPPLEMENTAL nQ OR STANDARD NO. OO-ZO SAWCUT UNE TYPICAL ASPHALT CONCRETE FINISH COURSE SEE GS-28 •UMIT 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 APPUES 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 CENTERUNE, 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 UNE, THE' GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN UNE. 5. WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH, THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE UNE OR EDGE OF PAVEMENT. REV. APPROVED DATE CITY OF CARLSBAD f5oU.V|. IL,.^^. 2/10 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" f5oU.V|. IL,.^^. 2/10 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" CITY ENGINEER DATE TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" SUPPLEMENTAL OC STANDARD NO. OO-ZO SIDEWALK CURB & GUTTER METER_AMI BALL VALVE BY DISTRICT 2. 3. ©©©OR® CONNECT TO OUTLET ASSY. NOTES: 1. CONTRACTOR SHALL ADJUST ANGLE VALVE & METER BOX TO F.G. AFTER SIDEWALK IS INSTALLED & APPROVED DISTRICT WILL SETMETER AND BALL VALVE , ALL COPPER QONB)SHALL BE SILVER SOLDERED ( X IN CONFORMANCT^TH SPECIFICATIONS^ \^ '' TAP TO MAIN TO BE MINIMUM OF ^TR6M NEAREST COUPLING. FITTING. VALVE. BELL OR OTHER TAPS. POSITON ANODE MIDWAY BETWEEN , . PIPELINE AND METER BOX.Ck/^p s\\oj]i h ^. 4-^ INTERIOR OF METER BOX SHALL BE CLEAR OF DEBRIS TO STOP FULLY EXPOSED DETAIL NON-CONTIGUOUS SIDFWALK A CURR DEPTH OF 12" AND ITEM DESCRIPTION SPEC/DWG 1 COPPER. (TYPE 'K' . SOFT) 2 OUTLET ON PVC PRESSURE PIPE 3 OUTLET ON AC PIPE W-8 1 4 OUTLET ON CML&C STEEL PIPE W-9 1 5 OUTLET ON DUCTILE IRON PIPE W-9 1 6 1" ANGLE METER STOP 7 METER BOX AND COVER (TRAFFIC AREA) 8 METER BOX AND COVER (NON-TRAFFIC AREA) 9 30 LB. ZINC ANOpE WITH ANODE LEAD WIRE W-251 10 ^i{A^S AhJo;)t bJSKt <iL4r\p "V APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT r WATER SERVICE CONNECTION FOR 5/8", 3/4" a r METERS CITYENGINEB? OATE STANDARD OWG. NO. W-3 (SILVER SOIDCR) 1. SEE SPECIFICATIONS FOR SOLDERING REQUIREMENTS 2. SEE SPECIFICATIONS FOR UD PAINTING REQUIREMENTS 3. OCC IMPROVCMCNTPLANS] FOR ASOCMDLY GIZE. 30 LB. ZINC ANODE WITH ANODE LEAD WIRE PER STD. DWG. NO 25. SPEC/DWG-ITEM DESCRIPTION OUTLET ON PVC PRESURE PIPE 7 OUTLET ON AC PIPE OUTLET ON CML&C STEEL PIPE OUTLET ON DUCTILE IRON PIPE r COPPER SERVICE PIPE. mpE/K\sonT 2" METER COMPANION FLlNGE^^^(Bf^^S NUTS AND BOLTS^' OK ^\6' 2" ANGLE METER STOP 2 BRASS STREET ELL ADAPTER-2" M.I.P. X 2 1/2" NSHT W/ 2 1/2" CAP 12" DIA. Cl. VALVE BOX COVER MARKED WATER OR RECYCLED WATER 30" DIAMETER X 8" THICK CONCRETE RING 12" GRAVITY SEWER PIPE SDR 35 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2" BLOW-OFF / MANUAL AIR RELEASE ASSEMBLIES rm ENGINEER " DATE 2" BLOW-OFF / MANUAL AIR RELEASE ASSEMBLIES STANDARD DWG. NO. VV"'6 | 2" BLOW-OFF / MANUAL AIR RELEASE ASSEMBLIES STANDARD DWG. NO. VV"'6 | NOTES: 1. FIRE HYDRANT BASE - 6 EA. 13/16" DIA. HOLES. 2. BOLTS & NUTS - 3/4" X 3" HEX HEADS. 3. INSTALL BaTS WITH NUTS ON TOP OF FLANGE. 4. SEE SPECIFICATION FOR PAINTING REQUIREMENTS. (BEGIN PAINT AT SCORE IN BREAK-OFF SPOOL). 5. SEE SPEanCATlON FOR BURIED FLANGE REQUIREMENTS. 6. SEE IMPROVEMENT PLANS FOR FIRE HYDRANT LOCATIONS. A 3* CLEAR SPACE SHALL BE MAINTAINED AROUND THE CIRCUMFERENCE OF F.H. EXCEPT AS OTHERWISE REQUIRED OR APPROVED. 36" BEHIND FACE OF CURB FOR NON-CONHGUOUS / OR NO SIDEWALK. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 ra; ITEM DESCRIPTION f - rrl'^^^''^^''^ I EE ^TH 6" FL OUTLET.UPJ QR mXJl>}cf^<^ kc>h -i^C TLET?^ .. ^ " • ^ -nr I A.G.P. — -fiBr X FL TECJ DUCTILE IRON PIPE - D.I. Tt STEEL PIPE - 6' STEEL a OUTLET. ^ .. . , i ^ A5BE&T03 CeweNT PIPE - ^^pj TEC WITH 0" OinLETtg h^f UIJl)lL^ 6" FL X PJ GATE VALVE.jg 6" CLASS 150 PVC PRESSURE PIPE. 6" X 30" PJ X FL 8URYELL. ( 6 HOLE PATTEB^T? 6" VARIABLE LENGTH FL. BREAK OFF SPOOL >KGR00VED BOTH ENDS^ 6" FIRE HYDRANT. POLYETHYLENE ENCASEMENT VALVE BOX ASSEMBLY. REV. APPROVED DATE CARLSB>rMUNICIPAL WATER DISTRICT X FIRE HYDRANT / ASSEMBLY cm ENGINEER " DATE X FIRE HYDRANT / ASSEMBLY STANDARDDWG.NO, VV~I2 X FIRE HYDRANT / ASSEMBLY STANDARDDWG.NO, VV~I2 0 PLAN PLAN KDOR© FINISH GRADE. AC PAVEMENT. ikCS^i 1 jet ( , 1 1 „. 1 <6) SECTION A-A DOMESTIC WATER RISER SHALL NO REST ON BONNET OF VALVE. (2" MIN. CLEARANCE), SECTION B-B RECLAIMED WATER NOTES: 1. IN NON-ROAOAREAS PUCE MARKER POST NEXT TO VALVE BOX ASSEMBLY AS DIRECTED BY THE ENGINEER. ( SEE DRAWING m 23 ). 2. ALL BURIED NUTS AND BaTS SHAU BE WAX TAPE COATED PER SPEC. 09902 3. • SEE DRAWING NO: 23 FOR GATE VALVE EXTENSION. 4. UPPER SIDE OF LID TO RE@E 2 COATS OF PAINT. SEE SPEanCATloNS FOR^ PAINTING REQUIREMENTS,- ITEM DESCRIPTION VAL BOX & COVER WITH NON-SKID C.I. COVER AND UFT HOLE. MARKED "WATER' VAL BOX & COVER FOR NORMALLY CLOSED VALVE. VAL BOX & COVER MARKED "RECYCLED WATERV 8' C900 PVC OR ASPHALT COATED WELL CAOINQ: PK-H") -H>/^ R^u/^a CONCRETE COLLAR IDENTIFY CONC. BY CLASS 560-C-3250 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT VALVE BOX ASSEMBLY CITY ENGINEb " DATE VALVE BOX ASSEMBLY STANDARD DWG. NO. y\/-|3 VALVE BOX ASSEMBLY STANDARD DWG. NO. y\/-|3 FITTING OR COUPLING. CAP. 39" MAX. (RIGID PIPE) ^ ^ Xr:^\ REINFORCING STEEL DETAIL END CAP BLOCK FIT[INGO.D. NO. 4 BAR [03T VERTICAL BEND. TEE (TOP VIEW). ^(2)0 HORIZONTAL & VERTICAL BEND TEE (SIDE VIEW), NOTES: ^ CONCRETE SHAa BE 6 SACK. (3250 P.S.I.). .A MIN. 3 DAY CURING TIME BEFORE ^ ALL BURIED NUTS AND BaTS SHALL BE HYDROSTATIC TEST. ^ ^AX TAPE COATED PER SECT. 09902 1, RTTINGS SHALL BE DUCTILE IRON FOR ^i^. SEE DWG'S. NO. 17 & 18 FOR REDUCER. O D.I.P. & P.V.C.; CAST IROM FOR A.CP. RLUG^ & BUTIERaY VALVE THRUST (CCMCHT UHCD SHORT BODY). BLOCKS. 2. FOR A.C. PITL A MIH._ J'^d^ TQAg'-B'm ^ ENQNEER TO PROVIDE CALCUUTKWS FOR tDIGTll IIITO Alio OUT OF ALL MTTIHftS. ^ THRUST/ANCHOR BLOCK SIZE. ITEM DESCRIPTION a SPEC/DWG CONCRETE THRUST BLOCK. f560~C~3250T POLYETHYLENE ENCASEMENT. NO. 4 REINFORCING STEEL VALVE BOX ASSEMBLY. Fl X -Rff QR Fl X MJ GATE VALVE REV. APPROVED ATE CARLSBAD MUNICIPAL WATER DISTRICT CONCRETE THRUST^BLOCKS FOR NON-RESTRAINED JOINTS CITY ENGINI SR DATE STANDARD DWG. NO. W-15 FINISHED NOTES: 1. SEE SPECIFICATIONS FOR BURIED FLANGE AND VALVE REQUIREMENTS. 2. SEE DRAWING NO. 19 FOR THRUST BLOCK BEARING AREAS. 3. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SECT 09902. TRENCH ELEVATION PVC PIPE TRENCH REINFORCING STEEL DETAIL. TRENCH SECTION (TYPICAL) TRENCH ELEVATION STEEL PIPE ITEM DESCRIPTION SPEC/DWG 1 GATE VAIVF 2 POLYETHYLENE ENCASEMENT 3 NO. 4 REINFORCING STEEL. 4 CONCRETE THRUST/ANCHOR BLOCK. (3250 P.S.I.) 560-C-3250 W-19 5 VALVE BOX ASSEMBLY. W-13 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT GATE VALVE INSTALLATION P.V.C., & STEEL PIPE. GATE VALVE INSTALLATION P.V.C., & STEEL PIPE. GATE VALVE INSTALLATION P.V.C., & STEEL PIPE. CITY ENGINEER DATE DATE STANDARD DWG. NO. W-16 1/4" BEVE *18" IF VALVE SET AT FINISH GRADE. DOMESTIC WATER NOTES: 1. ENTIRE MARKER POST SHALL BE PAINTED PRIOR TO INSTALLATION. FOR DOMESTIC WATER SYSTEM PAINT 2 COATS OF WHITE EXTERIOR ENAMEL OVER A PRIME COAT, WITH 2" STENCILLED BLACK LETTERS PAINTED VERTICALLY, STATING 'WATER' ON EACH POST FACE. FOR RECLAIMED WATER SYSTEM PAINT 2 COATS OF PURPLE EXTERIOR ENAMEL OVER A PRIME COAT, WITH 2 STENCILLED BLACK LETTERS PAINTED VERTICALLY. STATING 'RECLAIMED' ON EACH POST FACE. RECLAIMED WATER 2. EXTENSION STEM SHALL BF REQUIRED WHEN OPERATING NUT IS 5* OR MORE BELOW TOP OF VALVE COVER. 3. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC 09902. ITEM DESCRIPTION SPEC/DWG 1 4X4" REDWOOD OR PRESSURE TREATED DOUGLAS FIR (S4S). 2 VALVE BOX ASSEMBLY. 3 DISC GUIDE WELDED TO EXTENSION STEM. 4 NON-RISING EXTENSION STEM W/ SQUARE WRENCH NUT (COUPLE PER MANU. SPECS.) 5 GATE VALVE. 6 POLYETHYLENE ENCASEMENT 7 CONOR PTE AN CHOP COLLAR IF L.OCATED IN UNPAVED SURFAC REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ir 1 *_'A.'*r" ly#..^ Xs ll/etlnQ. EXTENSION STEM AND MARKER POST L k^^/TP^. tffofoX? CITY ENGINECR DATE EXTENSION STEM AND MARKER POST STANDARD DWG. NO. W"23 EXTENSION STEM AND MARKER POST STANDARD DWG. NO. W"23 I A5 / A!I <Af \ 0A ZINC ANODE ANODE LEAD ABOVE GRADE CONNECTION ABOVE GRADE CONNECTION NOTES: 1. RISER PIPE SHALL BE WIRE BRUSHED TO aEAN BRIGHT METAL 2. PIPE CLAMP SHALL BE LOCATED ON RISER PIPE. 3. WIRE »ISULAT10N SHAa BE STRmD TO A umm LENGTH TO CONNECT WIRE TO PIPE CLAMP. PACKAGED BACKFILL COMPOSITION: 75% GYPSUM 20% BENTONITE 5% SODIUM SULFATE INGOT i€IGHT: 30 LBS, PKGO. WEIGHT: 70 LBS. APPROX. MEM DESCRIPTION SPEC/DWG 1 ANODE LEAD NO.I2 AWG STRD. COPPER WIRE W/ THW INSULATION. 2 HEAT SHRINKABLE SLEEVE. 3 SILVER SOLDER CONNECTION. 4 1/4" DIAMETER GALVANIZED STEEL CORE. 5 2"X2"X30" ZINC ALLOY INGOT. 6 CLOTH BAG. 7 PACKAGED BACKFILL. 8 BRASS OR COPPER RISER PIPE. 9 BRASS OR COPPER PIPE CLAMP VWTH SCREW TERMINAL. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ZINC ANODE AND CONNECTORS FOR r AND 2" WATER SERVICE • ZINC ANODE AND CONNECTORS FOR r AND 2" WATER SERVICE OTY EMaWOR " DATE ZINC ANODE AND CONNECTORS FOR r AND 2" WATER SERVICE STAheARD DWG. NO. W-25 WIRING AND INSTALLATION SEE DWG. NO. W28 GREEN AREA EXOTHERMIC WELD (TYP) SEE DWG. NO. W27- CMLScC WITH TAPE SIDEWALK 12" TO REMAINING ANODE (SEE NOTE 1) 1- NO, 12 WHITE THWN ANODE LEAD 2- NO. 8 BLACK HMWPE PIPE LEADS MAGNESIUM ANODE SEE DWG. NO. W29 (2 REQRD) SEE NOTE 1 6' MIN (SEE NOTE 2) WARNING TAPE i c^4 /VOTES:' /. / ANODE SHOWN, 2 ARE REQUIRED. ANODES TO BE INSTALLED PARALLEL TO THE PIPE, 15 FEET APART IN AUGERED HOLES 12* DEEP. ANODE LEADS TO BE TRENCHED TO CTS AT A DEPTH OE 56". 2. INSTALL ANODES AT A 6' MINIMUM DISTANCE FROM PIPE. NO SCALE REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 1 « »l "^1-" L.L J, i A At^ AT GRADE 2-WIRE TEST STATION WITH ANODES CITY ENCaNBER ^ DATE AT GRADE 2-WIRE TEST STATION WITH ANODES STANDARD DWG. NO. VV""26 AT GRADE 2-WIRE TEST STATION WITH ANODES STANDARD DWG. NO. VV""26 HANDLE PIPE SLEEVE GRAPHITE COVER STARTING POWDER METAL WELDING POWDER METAL DISC GRAPHITE MOLD WIRE CK STEP 1. FILE STRUCTURE CONNECTION AREA (J IN x J IN) TO BARE SHINY METAL AND CLEAN ST^P Z STRIP INSULATION FROM WIRE ATTACH SLEEVE WHERE REQUIRED BY MANUFACTURER. STEP J. HOLD MOLD FIRMLY WITH OPENING AWAY FROM OPERATOR AND IGNITE WITH FLINT GUN. STEP 4. REMOVE SLAG FROM CONNECTION AND PEEN WELD FOR SOUNDNESS STEP 5. COVER CONNECTION AND EXPOSED STRUCTURE SURFACE WITH A BITUMINOUS COATING COMPOUND. PLACE PLASTIC SHIELD CAP FIRMLY OVER CONNECTION. NOTES: 1. ALL WIRE WELDS SHALL BE MINIMUM 3 INCHES APART 2. STANDARD WELD CARTRIDGES SHALL BE USED FOR STEEL SURFACES, NO SCALE REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT EXOTHERMIC WELD PROCESS EXOTHERMIC WELD PROCESS Cinr ENGIN^ ^ DATE EXOTHERMIC WELD PROCESS STANDARD DWG. NO. ^""27 CONCRETE TEST BOX. SEE DWG. NO W50 BRASS SPUTBOLT (TYP) CONCRETE PA VEMENT OR PAD 24" SO X 4" THICK IN UNPAVED AREAS ONLY 111=111=111=111= •NO. 4 REBAR (ALL FOUR SIDES OF PAD ONLY) -a 01 OHM SHUNT 18" SLACK WIRE (TYP) •AVERY LABEL NATIVE SOIL TO CMLScTC STEEL REC WATER LINE WIRE A&B ^ NOTES: TO ANODES WIRE LD. LEGEND SIZE LABEL IDENTIFICATION NO 8 HMWPE STL/CML&TC RW t NO WIRE OR CABLE SPLICES ARE PERMITTED EXCEPT AS INDICATED IN THE DRAWINGS OR AS SPECIFICALLY APPROVED BY THE ENGINEER. 2. WIRES SHALL BE TAGGED USING MINIMUM 10 PT FONT AND CONTAIN: PIPELINE MATERIAL & SIZE DATE INSTALLED PIPELINE STATION NO. 5. PROVIDE 18" SLACK WIRE AT WELD TO PIPE AND COILED IN TEST BOX. NO SCALE REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2-WIRE TEST STATION WITH ANODES WIRING DIAGRAM CITY ENGINEER DATE 2-WIRE TEST STATION WITH ANODES WIRING DIAGRAM STANDARD DWG. NO. VV-28 2-WIRE TEST STATION WITH ANODES WIRING DIAGRAM STANDARD DWG. NO. VV-28 ANODE LEAD THWN (WHITE) NO. 12 AWG STRANDED COPPER WIRE SILVER SOLDERED CONNECTION MAGNESIUM ALLOY INGOT GAL VANIZED STEEL CORE CLOTH BAG PACKAGED BACKFILL COMPOSITION: 75Z GYPSUM 20% BENTONITE 5% SODIUM SULPHATE MAGNESIUM INGOT DIMENSIONS: 5" X 6" X 52" LONG INGOT WEIGHT: 48 LBS. PKGD WEIGH T: 105 LBS. (APPROX.) CHEMICAL COMPOSITION (HIGH POTENTIAL) ELEMENT CONTENT % Aluminum Manganese Copper Nickle Iron Other Magnesium 0.010 0.50 TO 1.50 0.02 MAX 0.007 MAX 0.05 MAX a 05 MAX BALANCE NO SCALE REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT MAGNESIUM ANODE OTY ENGIMEB? ' DATE | MAGNESIUM ANODE STANDARD DWG. NO. ^"29 CAST IRON COVER MARKED AS SHOWN CONCRETE BODY COVER WEIGHT: 12 LBS BODY WEIGHT: 54 LBS. 1 ALL AT GRADE TEST STATIONS SHALL BE THE CIRCULAR. CONCRETE, AT-GRADE TYPE WITH A METAL UD. A. BOTTOM OF TEST BOX SHALL BE NATIVE SOIL B A REINFORCED CONCRETE PAD (24" SQUARE X 4" THICK) IS REQUIRED AROUND TEST BOXES LOCATED IN UNPAVED AREAS. C PLACE TEST BOX BEHIND SIDEWALK WITH APPROVAL OF CITY OF CARLSBAD. DO NOT PLACE IN STREET OR MEDIAN. o> rop op -v^^ i^c)y 6?'" M^VG p\uit)H G^eiKv^, NO SCALE REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT CONCRETE TEST BOX arr ENGINEER ^ DATE CONCRETE TEST BOX STANDARD DWG, NO. ^"50 CONCRETE TEST BOX STANDARD DWG, NO. ^"50 INSUI A TING MA TFRIAI GASKET - TYPE "E" GW GLASS W/ RECT O-RING SLEEVE -CIO GLASS WASHER -GW GLASS STEEL WASHER Sc NUT (BOTH SIDES)(2 PLS) INSULATING WASHER (BO TH SIDES) — EXTERNAL PETROLATUM WAX TAPE WRAP SEE SPECIFICATIONS INSULATING SLEEVE (FULL LENGTH) INSULATING GASKET THREADED STUD (2 PLS) EXOTHERMIC WELD PROCESS (TYP) SEE DWG. NO. W27 CMLScC WITH TAPE SEE NOTE 7 CMLScC WITH TAP NOTES: f. FULL LENGTH INSULATING SLEEVES REQUIRED AT ALL THRU-FLANGE BOLTS OR STUDS. HALF LENGTH SLEEVES REQUIRED AT THREADED BOLT HOLES AT VALVE BONNET AND BASE. 2. INSTALL TEST BOX BEHIND CURB SIMILAR TO DETAIL 1 ON THIS SHEET NO SCALE REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT BURIED INSULATING FLANGE CITYENGINEy? ^ 'DATE BURIED INSULATING FLANGE STANDARD DWG. NO. ^^-3 1 -- _ _ FLEXIBLE COUPLING 2-BOND WIRES-AWG NO. 2 STRD. COPPER WIRE (TYP) WITH HMWPE INSUL EXOTHERMIC WELD (TYP) SEE DWG NO 7-A/a 6 AWG HMWPE (TYP) SEE NOTE 4 W27 BEND SPOOL TEE VALVE NOTES: ALL WIRE WELDS SHALL BE 5" APART MIN. ALL BOND WIRES SHALL BE INSTALLED AT MINIMUM LENGTHS. BOND WIRES SHALL NOT BE INSTALLED ACCROSS INSULATING JOINTS BOND WIRE SIZE SHALL BE AWG NO 2. TWO ARE REQUIRED ONE NO 6 AWG HMWPE IS REOUIRED FROM PIPE TO VALVE BODY, SPOOL, COUPLING, AND TEE. KincrAic NO SCALc REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT MECHANICAL JOINT BOND CITY ENGINyR ^ DATE MECHANICAL JOINT BOND STANDARD DWG. NO. ^"32 MECHANICAL JOINT BOND STANDARD DWG. NO. ^"32 FINISH GRADE .^^NST^^^NlgGy^^ TAPE SHOWN ON " -AWAY BOLTS,SHALL BE 5/8 x3" WIIH 3^8" THE B( ^^-BREAK- HOLE DRILLED JIUH-mTS-QN-TeP-6F iE~^EACAirr:— _ - ^ - =««tTER SHALL OF THE SPECIFICATIONS BE -aXONJI^^^ 15061 1 ITEM DESCRIPTION lILM 1 1 AUTOMATIC COMBINATION AIR RELEASE & AIR /VACUUM VALVE ASSEMBLY BRCAK AWAY nni T" Tf MflTT g_ 10 CONCRETE THRUST/ANCHOR BLOCK | 1 1 AUTOMATIC COMBINATION AIR RELEASE & AIR /VACUUM VALVE ASSEMBLY BRCAK AWAY nni T" Tf MflTT g_ 11 T FULDj RPE X REQUIRED ^ PL(S 1 LENGTH < MAXIMUM OF 2 SPOOl 1 1 ^ #*»t8" LONG aC'D 8-BOLT SPOOL WITH BREAK-OFF GROOVES 12 ^ FLG X MJ/PO 90' BEND | 1 ^ #*»t8" LONG aC'D 8-BOLT SPOOL WITH BREAK-OFF GROOVES 13 ^ C~900 PVC PIPE 1 1 ^ 1/2"x3" STAINLESS STEEL DROP-IN ANCHORS (3 EA ©120^ APART) 14 8" GATE WELL | 1 ^ 1/2"x3" STAINLESS STEEL DROP-IN ANCHORS (3 EA ©120^ APART) 15 ?^FLG X MJ/PO/FLG RW^V^ 1 1 ^ AVA ASSEMBLY ENCLOSURE TnACCn WIRE (IF REQUIRED)— 16 4^ FLG X MJ/PO 90* ADAPTER 1 /IF PFni iiprnN 1 1 ^ 1 A 42"x42"x6" THICK CONCRETE aAB P'OI n IDIKIT CTPID 17 18 •1 rt \'~ r\z.\J\J\X\Z.U} 1 FLANGE 90* BEND I 4^ MJ/PO/FLG X ac TEE | 1 ^ 1 9— 1" PVC COI^IDUIT FOR TRACER WIRE INGTALLCD 2" ADOVE SLAB 19 20 WATER MAIN | POLYETHYLENE ENCASEMENT & WAX TAPE 1 WRAP BURED NUTS & BaTS PER SPEC. 09902 1 [REV. APPROVED DATE CARLSBAD MUNICIP. Mm TER DISTRICT 4"^T0MAT1^ C&MBINATION AIR RELEASE a AIR/VACUUM VALVE INSTALLATIONS 4"^T0MAT1^ C&MBINATION AIR RELEASE a AIR/VACUUM VALVE INSTALLATIONS QTYENGINSR ^ DATE | 4"^T0MAT1^ C&MBINATION AIR RELEASE a AIR/VACUUM VALVE INSTALLATIONS STANDARD DWG. NO. VV " 3 31 . A 3" CLR TYP " #4»12" OC EA FACE 2 #4 EACH FACE & EACH SIDE OF PIPE 2 #6 EACH FACE & EACH SIDE OF PIPE ANCHOR BLOCK SECTION ANCHOR BLOCK ELEVATION 10* MIN. 45* TYP SLOPE SECTION PIPE SIZE A B C D 4" ALL DIMENSIONS CALCUUTED BY ENGINEER AND SUBMITTED FOR APPROVAL 6" ALL DIMENSIONS CALCUUTED BY ENGINEER AND SUBMITTED FOR APPROVAL 8" ALL DIMENSIONS CALCUUTED BY ENGINEER AND SUBMITTED FOR APPROVAL 10" ALL DIMENSIONS CALCUUTED BY ENGINEER AND SUBMITTED FOR APPROVAL 12" ALL DIMENSIONS CALCUUTED BY ENGINEER AND SUBMITTED FOR APPROVAL ITEM DESCRIPTION SPEC/DWG 1 STEEL PIPE, CML&C, WELDED JOINTS 2 FLANGE X PUSH JOINT ADAPTOR 3 CONCRETE ANCHOR BLOCK WITH REINFORCING STEEL 4 1" THICK X 3" HIGH WELD STL RING s iA^kH Mh per v^-n ' v. APPROVED DATC CARLSBAD MUNICIPAL WATER DISTRICT WELDED STEEL PIPE SECTION WITH THRUST CITY ENGINEER DATF WALLS FOR SLOPES AND DIPS STANDARD DWG. NO. VV"3A' WALLS FOR SLOPES AND DIPS STANDARD DWG. NO. VV"3A' NOTES: 1. 2. 3. 4. 5. 6. 7. 8. OR EVERY INDIVIDUAL VALVE CAN LOOP 2' OF WIRE INTO ONE VALVE CAN PER VALVE CLUSTER; (INCLUDING MAR OR BO). STRIP WIRE ON LOOP IN VALVE CAN TO REVEAL 6" OF BARE WIRE WIRE SHALL ENTER PVC VALVE CAN IMMEDIATELY BELOW THE CONCRETE VALVE BOX, AND ENTER THROUGH A 1/2" DIAMETER HOLE. SPLICES AT CROSSES, TEES, OR AT THE START OF A NEW WIRE SPOOL SHALL BE MADE WITH A SILICONE FILLED DIRECT BURY SPLICE CAPSULE. USE 10 ML TAPE TO SECURE WIRE TO PIPE AT 5' INTERVALS. FULLY^WaoL'^JO^TS^^^^ ^""^ NON-METALLIC PIPE AND ALL METALLIC PIPE THAT DOES NOT HAVE THERE SHALL BE A CONNECTION POINT TO TRACER WIRE AT EVERY 1,000 FEET IF NO VALVE OR APPURTENANCE IS NECESSARY IN THAT DISTANCE, A CATHODIC PROTECTION BOX PER W-30 WILL BE INSTALLED. WIRE TO BE 14GA INSULATED SOLID CORE COPPER WIRE. ITEM DESCRIPTION SPEC/DWG 14 GA INSULATED SOLID CORE WIRE 8" PVC VALVE CASING REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 5/12 TRACER WIRE 5/12 TRACER WIRE CITY ENGINEER DATE TRACER WIRE STANDARDDWG.NO. y\/-35 -See M-2 for manhole frame \and cover #4 r~l around opening Transition to normal curb height in 10' on both sides unless otherwise noted See D-12 for continuous galvanized steel face angle and protection bar- #4 @ 12" Edge of gutter SECTION B-B 6''min - (typical both sides) 30 D Lac (typ) PLAN L - Length shown on plans Slope to match curb profile or as shown on plans #4 @ 12" @ 6" -3-#4 Y+IO" 4-#4 around pipe Optional construction joint J, 6' min above invert Curb line 10 unless otherwise •shown Slope floor 12:1 towards outlet jtz 30 D Lap (typ) Rounded pipe ends see D-61 3v shown Y is determined by pipe size-4' min, 8' max SECTION C-C 30 D Lap {iypy^ (See Note 11) SECTION A-A •See SDARSD D-11A & D-11B for horizontal & flooring reinforcement -Optional construction joint 6" min above invert 30 D Lap (typ) NOTES 1. See D-11A, D-1 IB & D-12 for additional notes and details. 2. Types are designated on plans as follows: B (no wing), B-1 (one wing) or B-2 (two wings). 3. Maintain 1-1/2" clear spacing between reinforcing and concrete surface unless otherwise noted. 4. Steps shall be installed when V exceeds 4'. See D-11A for details. 5. Concrete gutter to match adjacent gutters. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin. 7. Provide 1/4" tooled groove in top slab in line with back of adjacent curb. 8. Surface of top slab to match sidewalk finish and slope. 9. If required by local agency, extend top slab steel reinforcement 12" into adjacent sidewalk. 10. Elevations shall be shown on plans where indicated by "O" symbol. 11. If required b^ local agency, enlarge curb inlet top to width of adjacent sidewalk (X + T not to exceed 5'-6 ) by length of inlet including wing(s). Reinforcing steel shall be extended across enlarged top to clear distances shown. LEGEND ON PLANS Revision By Approved Date ORIGINAL Kercheval 12/75 Add Metric T. Stanton 03/03 Reformatted T. Stanton 04/06 Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET - TYPE B RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.CE. 19246 Date DRAWING NUMBER 0-02 2-#4 bar |4 bars placed diagonally L |4 @ 8" both way Bend down 15" (typ) PLAN TYPE PIPE DIAMETER (Dl) X Y (See Note 8) Z A4 up to 39" 4' 4' 6' A5 42" to 48" 5' 4' 6' AS 51" to 60" 6' 4' 6' A7 63" to 66" 7' 4' 7' A8 69" to 78" 8' 4' 8' Bend down 15" (typ) Diagonal bars 2-#4 bars Elev shown on plans NOTES 1. 2. 3. SECTION A-A See D-11 A & D-1 IB for additional notes and details. Concrete base shall be 560-C-3250. Ajl precast components shall be reinforced with 1/4" diameter steel, wound spirally on 4" centers. 4. All joints shall be set in Class C mortar. 5. Maintain 1-1/2" clear spacing between reinforcing and concrete surface unless otherwise noted. 6. Exposed edges of concrete shall be rounded with a radius of 1/2". 7. Manhole cover to be marked "Storm Drain". 8. Modifications to "Y" dimension required if pipe (D2) exceeds 39". 9. If constructed adjacent to sidewalk, top of manhole to match sidewalk slope. See M-3 for manhole frame and cover See D-11 A for step details 4-#4 around pipe Optional construction joint 6" min above invert Slope floor 12:1 towards outlet LEGEND ON PLANS o - Revision ORIGINAL Add Metric Reformatted Edited Edited By S.S Approved Kercheval T. Stanton T. Stanton T. Stonton T. Regello Date 12/75 03/03 04/06 02/09 03/11 SAN DIEGO REGIONAL STANDARD DRAWING STORM DRAIN CLEANOUT - TYPE A RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.CE. 19246 Dote NUMBER D-09 \ T T h-m • • «, ,. • ...a • • • / /Vertical reinforcing #4 @ 18" max (typ) — 1-1/2" CLR (typ) • • l- / • «— * —« —•— • • • t J 2 (typ)-*j 'See table on D-1 IB for horizontal and floor reinforcement TYPICAL BOX SECTION Approved steel reinforced polypropylene step STEP DETAIL NOTES 1. Concrete shall be 560-C-3250 unless otherwise noted. 2. Reinforcing steel shall comply with this drawing (D-11A and D-1 IB) unless otherwise specified. 3. Reinforcing steel shall be intermediate grade deformed bars conforming to latest ASTM specifications. 4. Bends shall be in accordance with latest ACI code. 5. Minimum splice length for reinforcing shall be 30 diameters. 6. Floor shall have a wood trowel finish and, except where used as junction boxes, shall have a minimum slope of 1:12 toward the outlet 7. Depth V is measured from the top of the structure to the flowline of the box. 8. Wall thickness and reinforcing steel required may be decreased in accordance with table on D-1 IB. 9. Wall thickness shall be stepped on the outside of the box. 10. When the structure depth V exceeds 4', steps shall be cast Into the wall at 15" intervals from 15" above floor to within 12" of top of structure. Where possible place steps in wall without pipe opening, otherwise over opening of smallest diameter. 11. Alternate step may be on approved steel reinforced polypropylene step. 12. Upon approval of the Agency, the use of precast storm structures is acceptable as an alternate to cast-in-place. Precast units shall conform to ASTM standards and be manufactured in a permanent facility designed for that purpose. Revision By Approved Date ORIGINAL Kercheval 12/75 Add Metric T. Stanton 03/03 Reformatted T. Stanton 04/05 Edited T. Stanton 02/09 Edited S.S. T. Regello 03/n SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.CE. 19246 Date DRAWING NUMBER D-11A BOX SECTION REINFORCEMENT (HORIZONTAL AND FLOOR) MAXIMUM SPAN X or Y DEPTH V THICKNESS T HORIZONTAL AND FLOOR REINFORCEMENT SIZE AND SPACING 3' to 4' #4 € P 18" 4'-1" to 7' 4' 6" #4 € !> 12" 7'-r' to 8' #4 € !> 8" 3' to 4" #4 t P 18" 4'-r to 5' 4'-l"to 8' #4 € !> 12" 5'-r to 6" 4'-l"to 8' 6 #4 € & 8° 6'-1" to 8' #4 € l> 6" 3* to 4' 6" #4 € P 15" 4'-r to 5' 8-1" to 12' #4 <g P 12" 5'-r to 6' 8-1" to 12' 8" #4 ^ P 8" 6'-1" to 8' #4 € P 6" 3' to 4' #4 S P 12" 4'-r to 5* #4 € 3> 12" 5'-r to 6" 12'-1" to 16' 8" #4 i 3> 8" 6'-1" to 7' #4 (S D 6" 7'-r to 8' #5 C 3> 8" 3' to 4' 8" #4 € S 12" 4'-r to 5' #4 « 3) 12" 5'-1" to 6' 16'-1" to 20' 10" #4 <S 3> 8" 6'-1" to 7' #4 S S 6" 7'-r to 8' #5 C D 8" 3' to 4' 8" #4 « 3> 12" 4*-1" to 5* #4 « 3> 12" 5*-1" to 6' 20'-r to 24' 10" #4 « l> 8" e'-i" to 7' #4 C K 6" 7'-r to 8' 12" #5 ( 3> 8" Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Metric T. Stanton 03/03 INLETS AND CLEANOUTS NOTES AND DETAILS Reformatted T. Stanton 04/06 INLETS AND CLEANOUTS NOTES AND DETAILS ' Chairperson R.CE. 19246 Date Edited S.S. T. Regello 03/11 INLETS AND CLEANOUTS NOTES AND DETAILS DRAWING n 11D NUMBER ^' *»° INLETS AND CLEANOUTS NOTES AND DETAILS DRAWING n 11D NUMBER ^' *»° o I I I I I I LJ n I ( I I I I a A 7 zl4" X 3" X 1/4" 3/16" 4^ 3/16' O I I I I I I LJ n I I I I I I a 3-5 3/8" 3" A^ PLAN 3/16" (typ) 1/2" Dia. Anchors NOTE Hot dip galvanize oil ports after fabrication. SECTION A-A Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Metric T. Stanton 03/03 WELDED STEEL GRATE FRAME RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Reformatted T. Stanton 04/06 WELDED STEEL GRATE FRAME ^"^~y^ T^ Chairperson R.CE. 19246 Date Edited T. Stanton 02/09 WELDED STEEL GRATE FRAME DRAWING n IQ NUMBER ^'^^ Edited S.S. T. Regello 03/11 WELDED STEEL GRATE FRAME DRAWING n IQ NUMBER ^'^^ 5-5/8" 4" 3/8" dia. round bars 00 in 00 I CD \ B ~1 -2 1/2"x 3/8" end bars 3/8" dia. round bars 2-1/2" X 3/8 end bars PLAN •3/16" fillet weld full depth each side on outside bars & every 3rd intemal bearing terminal bar 7/16" 2-1/2" X 3/8"- end bars SECTION A-A SECTION B-B NOTES 1. Hot dip galvanize all parts after fabrication. 2. Dimensions are to centeriine of bars unless otherwise noted. 3. Not to be used in pedestrian areas. 4. Weight: 200lbs +/- Revision ORIGINAL Add Metric Reformatted Edited Edited S.S. Approved Kercheval 12/75 T. Stanton T. Stanton T. Stanton T. Regello Date 03/03 04/06 02/09 03/11 SAN DIEGO REGIONAL STANDARD DRAWING DRAINAGE STRUCTURE GRATE RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.CE. 19246 Date DRAWING NUMBER D-15 \_ Sidewalk cuts per G-11 6 1/2 min 1^ PLAN J Gutter 6 1/2" min SECTION Pipe to be finished flush with curb. 3-1/2" min SECTION B-B SECTION A-A APPROVED DRAIN PIPE SIZES PIPE SIZE CURB HEIGHT AT CURB FACE 3" 6" to 8" 4" 8" 6" 10" NOTES 1. 2. 3. 4. 5. 6. Pipe shall be one continuous length from property line to curb line. Multiple pipes to be set a minimum distance of D/2 apart (3 max). Concrete shall be 520-C-2500. Pipe shall be circular rigid plastic, or approved equal. Coring of existing curb may be used as an alternative. Provide 1/4" tooled groove in top slab in line with back of adjacent curb. Drain shall not occupy the hatched area BLOCK CORNER Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Metric T.Stanton 03/03 SIDEWALK UNDERDRAIN PIPE RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^efornnotted T.Stanton 04/06 SIDEWALK UNDERDRAIN PIPE Chairperson R.CE. 19246 Date Edited S.S. T. Regello 03/11 SIDEWALK UNDERDRAIN PIPE DRAWING n 07 NUMBER SIDEWALK UNDERDRAIN PIPE DRAWING n 07 NUMBER A PLAN Top of grate elevation shown on plans See D-13 & D-15 for frame and grate detail § 3" Fillet #4 total 4 n® 12" OC i=n@ 12" OC #7 bend down 8" into wall SECTION A-A 4-f4 around pipe opening SECTION B-B NOTES 1. See D-11A & D-1 IB for additional notes and details. 2. When V exceeds 4', steps shall be installed per D-11A. LEGEND ON PLANS Revision ORIGINAL Add Metric Reformatted Edited By S.S Approved Solomon T, Stanton T. Stanton T. Regello Date 7/79 03/03 04/06 03/11 SAN DIEGO REGIONAL STANDARD DRAWING CATCH BASIN - TYPE I RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMIHEE Chairperson R.CE. 19246 Date DRAWING NUMBER D-29 2" WEAKENED PLANE JOINT 1/2" R 2" WEAKENED PLANE JOINT 6" CURB AREA=0.89 Sq. Ft. 8" CURB AREA=1.12 Sq. Ft. \ \ EXISTING CURB WEAKENED PLANE JOINT 1-1/2" EXCEPT WHERE ELEVATIONS SHOWN INDICATE OTHERWISE GUHER NOTES: 1. CONCRETE SHALL BE 520-C-2500. 2. SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DETAILS. 3. SLOPE TOP OF CURB 2% MAX TOWARD GUTTER. LEGEND ON PLANS REVISION BY APPROVED DATE SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ADD METRIC T. STANTON 03/03 CURBS AND GUTTER - SEPARATE RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^EFORMAHED T. STANTON 04/06 CURBS AND GUTTER - SEPARATE CHAIRPERSON R.CE. 19246 DATE UPDATED MR MR/CV 11/11 CURBS AND GUTTER - SEPARATE DRAWING p 1 NUMBER CURBS AND GUTTER - SEPARATE DRAWING p 1 NUMBER LU 1 cn or =3 6 1/2" R TYPE W •AREA G 24" 1.34 SQ. FT. H 30" 1.60 SQ n. * 6" CURB FACE NOTES: 1. CONCRETE SHALL BE 520-C-2500. 2. SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DETAILS. 3. SLOPE TOP OF CURB 2% MAX TOWARD GUTTER. LEGEND ON PLANS REVISION BY APPROVED DATE SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REQONAL STANDARDS COMMITTEE ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REQONAL STANDARDS COMMITTEE ADD METRIC T. STANTON 03/03 CURB AND GUTTER - COMBINED REFORMAHED T. STANTON 04/06 CURB AND GUTTER - COMBINED CH'AIRPERSON R.CE. 19246 DATE UPDATED MR MR/CV 11/11 CURB AND GUTTER - COMBINED DRAWING p 0 NUMBER ^'^ CURB AND GUTTER - COMBINED DRAWING p 0 NUMBER ^'^ AREA TO BE REMOVED EXISTING SCORE MARK-S', OR FROM JOINT IN PANEL, WHICHEVER IS LESS -EXISTING JOINT EXISTING SCORE MARK S1DEV\^ALK PUN AREA TO BE REMOVED •EXISTING JOINT SIDEWALK SECTION AREA TO BE REMOVED 5', OR FROM JOINT IN PANEL, WHICHEVER IS LESS 30" MIN. FROM EXISTING JOINT OR EDGE OF CURB -EXISTING JOINT OR EDGE EXISTING SCORE MARK CURB PLAN AREA TO BE REMOVED 5' 5' FROM EXISTING JOINT OR EDGE OF PAVEMENT EXISTING JOINT OR EDGE PAVEMENT SECTION 1-1/2" REMAINING EDGE TO BE SMOOTH AND TRUE WITH NO SHAHER NOTE: WHEN DISTANCE FROM "AREA TO BE REMOVED" TO EXISTING JOINT, EDGE OR SCORE MARK IS LESS THAN MINIMUM SHOWN, "AREA TO BE REMOVED" SHALL BE EXTENDED TO JOINT, EDGE OR SCORE MARK. CONCRETE TO BE REMOVED SAW CUT SECTION SHOWING CUT REVISION BY APPROVED DATE SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ADD METRIC T. STANTON 03/03 CONCRETE CURB, GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE =?EFQRMATTED T. STANTON 04/06 CONCRETE CURB, GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT CHAIRPERSON R.CE. 19246 DATE UPDATED CV MR/CV 11/11 CONCRETE CURB, GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT DRAWING p «i NUMBER CONCRETE CURB, GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT DRAWING p «i NUMBER CONTACT JOINTS PER STANDARD DRAWING G-10 WHEN SEPARATE POURS ARE MADE PLAN 10 UNLESS OTHERWISE SHOWN ON PUN 1/2" R TYP. TOP OF PAVING BASE MATERIAL AS SHOWN ON PLANS SECTION A-A NOTES: I. CONCRETE SHALL BE 560-C-3250. = WEAKENED PLANE JOINTS. ,— = TYPICAL FLOWLINES, o = ELEVATIONS TO BE SHOWN ON PLANS. RETURN SEGMENTS TO BE 7" THICK. 6. CURB BETWEEN P.C.R.S SHALL BE CONSIDERED AS PART OF THE CROSS GUTTER. 7. IN ALL CASES SUBGRADE SHALL BE COMPACTED TO 95% MIN. REU\TIVE COMPACTION TO DEPTH OF 12", LEGEND ON PLANS REVISION BY APPROVED UAIL SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^_^?^7^ ^^-^^/^^^-^ CHAIRPERSON R.CE. 19246 DATE ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^_^?^7^ ^^-^^/^^^-^ CHAIRPERSON R.CE. 19246 DATE ADD METRIC T. STANTON 03/03 CROSS GUTTER RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^_^?^7^ ^^-^^/^^^-^ CHAIRPERSON R.CE. 19246 DATE REFORMATTED T STANTON 04/06 CROSS GUTTER RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^_^?^7^ ^^-^^/^^^-^ CHAIRPERSON R.CE. 19246 DATE UPDATED cv MR/CV 11/11 CROSS GUTTER DRAWING p 10 NUMBER ^"'^ CROSS GUTTER DRAWING p 10 NUMBER ^"'^ 12" WIDE BORDER SEE STANDARD DRAWING G-32A. DETAIL A MONOLITHIC CURB •MEET SIDEWALK ELEVATION -BACK OF SIDEWALK ••••••••••••• ••••••••••••a -^,^[iIT»»»»»«»»»«« TRUNCATED DOMES 4-0" PLAN 53% FACE OF CURB UP (TOE) OF GUTTER •TOP OF CURB CT 4-0" CT •GUTTER FLOW UNE ELEVATION 4-0" MINIMUM LANDING 5% MAX GUTTER APRON SLOPE AT RAMP OPENING SECTION A-A SEE STANDARD DRAWING G-32A, DETAIL B NOTES: 1 TYPE C ARE ONLY TO BE USED TO MITIGATE EXISTING CONDITIONS WHERE INADEQUATE RIGHT OF WAY EXISTS. TYPE C RAMP IS NOT TO BE USED IN NEW CONSTRUCTION. UNLESS APPROVED BY AGENCY. 2. SEE STANDARD DRAWING G-32A FOR GENERAL NOTES. 3. LANDING CROSS SLOPE SHALL BE 2.0% MAX IN BOTH DIRECTIONS. 4. FOR TRUNCATED DOMES. SEE STANDARD DRAWING G-30. 5. CT (CURB TRANSITION) SHALL BE 8.33% MAXIMUM. 6. SEE STANDARD DRAWING G-32B FOR X. Y, AND CT DETAILS. REVISION BY APPROVED DATE ORIGINAL R. MUNOZ 05/97 ADD METRIC T. STANTON 03/03 UPDATE D. DAVIES 12/04 REVISED T. STANTON 04/06 UPDATED MR MR/CV 03/12 SAN DIEGO REGIONAL STANDARD DRAWING CURB RAMP - TYPE C (FOR EXISTING SIDEWALK) RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE CHAIRPERSON R.CE. 19246 DATE DRAWING NUMBER G-29 cvi Z cvi cvi TO In * CD CD <5 DETAIL 1 4-0" TRUNCATED DOMES 1.6" TO 2.4" SPACING C/C OOOOOOO99OOOOOOO90OOOOOOO ••OOOO9O00O9OO99OOO9OOOOO90O 000000000 0 0 000000000000000OO 00000000000000000000O0000000 0000000000000000000OOOO00000 000000000000000000000^009000 1.6" TO 2.4" PLAN - TILE NOT TO SCALE NOTES 1. DETECTABLE WARNING SURFACE COLOR SHALL BE YELLOW CONFORMING TO FEDERAL STANDARDS 595B TABLE IV, COLOR NO. 33538. OR AS SPECIFIED BY THE AGENCY COLOR SHALL BE HOMOGENEOUS THROUGHOUT THE TILE. 2. TRUNCATED DOME TOP DIAMETER OF 50% OF THE BASE DIAMETER MINIMUM TO 65% OF THE BASE DIAMETER MAXIMUM. 3. DURING AND AFTER THE TILE INSTALLATION AND THE CONCRETE CURING STAGE, IT IS IMPERATIVE THAT THERE IS NO WALKING. LEANING, OR EXTERNAL FORCES PLACED ON THE TILE TO ROCK THE TILE. CAUSING A VOID BETWEEN THE UNDERSIDE OF THE TILE AND THE CONCRETE. 00 OOO oooo ooooo ooooooo ooooo o OQOQ oo OOO OOO ooooo ooooooo oooooooo oooooooooooo oooooooo OOO ooooooo^ ^00 O O OkO o X o oo} o' p-—SEE NOTE # 2 ' /2" R DETAIL 1 NOT TO SCALE NOTE: PAHERN. SIZE & ORIENTATION ARE PER MANUFACTURER'S RECOMMENDATION 0.90" TO 1.4" SEE NOTE # 3 REVISION BY APPROVED DAIL SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE n-TAlRPFR^^nNl R r r IQOAC nAxr ORIGINAL PARKINSON 02/95 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE n-TAlRPFR^^nNl R r r IQOAC nAxr ADD METRIC T. STANTON 03/03 TRUNCATED DOMES RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE n-TAlRPFR^^nNl R r r IQOAC nAxr UPDATE D. DAVIES 12/04 TRUNCATED DOMES RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE n-TAlRPFR^^nNl R r r IQOAC nAxr UPDATED MR MR/CV 03/12 TRUNCATED DOMES v^nMlrsnc.noWIN R.L..C::.. 1 aZ*ro UA 1 tl DRAWING p on NUMBER ^-OKJ TRUNCATED DOMES v^nMlrsnc.noWIN R.L..C::.. 1 aZ*ro UA 1 tl DRAWING p on NUMBER ^-OKJ 4'-0" MIN SEE NOTE #6 REMOVE & RECONSTRUCT PAVEMENT AS SHOWN ON PLANS TO PROVIDE 5% MAX SLOPE WITHIN 4-0" RAMP APPROACH. TRUNCATED DOMES SEE STANDARD DRAWING G-30 3-0" MIN DETAIL A 12" WIDE BORDER NOTES 1 THE REMOVAL OF EXISTING CONCRETE CURB, GUTTER, SIDEWALK, AND PAVEMENT FOR PEDESTRIAN RAMP INSTALLATION SHALL COMPLY WITH STANDARD DRAWING G-11 FOR CONSTRUCTION OF CURB RAMPS ON EXISTING SIDEWALKS, REMOVAL OF ADDITIONAL SIDEWALK MAY BE REQUIRED TO COMPLY WITH ADA REQUIREMENTS TO MEET EXISTING GRADE. CONCRETE SHALL BE CLASS 520-C-2500. AREAS SHOWN THUS: ll'^^^-^'j SHALL HAVE A MEDIUM TO HEAVY BROOM TEXTURE FINISH PERPENDICULAR TO THE AXIS OF THE RAMP. AREAS SHOWN THUS- REQUIRED FOR A COMPLETE RAMP INSTALLATION. ARE THE MINIMUM 4. IF OBSTRUCTIONS SUCH AS INLETS, UTIUTY POLES, FIRE HYDRANTS, ETC., ARE ENCOUNTERED THE RAMP LOCATIONS MAY BE ADJUSTED UPON THE APPROVAL OF THE AGENCY. 5. THE RAMP SLOPES WILL BE MEASURED RELATIVE TO THE SIDEWALK SLOPE. ADJOINING SLOPE BEYOND THE RAMP SHALL NOT EXCEED 20:1 (5%). UOWIINIIN^ ^LurL 6. LANDING CROSS SLOPE SHALL BE 2.0% MAX IN BOTH DIRECTIONS. 7. EDGE OF TRUNCATED DOME PANEL SHALL BE LOCATED 6" MINIMUM AND 8" MAXIMUM FROM THE GUTTER FLOWLINE. RE^SION ORIGINAL ADD METRIC UPDATE REVISED UPDATED BY MR APPROVED PARKINSON T. STANTON D. DAVIES T. STANTON MR/CV DATE 02/95 03/03 12/04 04/06 03/12 SAN DIEGO REGIONAL STANDARD DRAWING GENERAL NOTES FOR CURB RAMPS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 7/26/20(2 CHAIRPERSON R.CE. 19246 DATE NUMBER G-32A TABLE A X Y Z CT CURB HEIGHT RAMP LENGTH (12:1) SIDE SLOPE (10:1) CURB TRANS. 1" I'-O" r-6" O'-O" 2" 2-0" r-8" O'-O" 3" 3-0" 2'-6" O'-O" 4" 4-0" 3-4" O'-O" 5" 5'-0" 4'-2" O'-O" 6" 6-0" 5-0" O'-O" 7" 7-0" 5-10" 1-0" 8" 8'-0" 6'-8" 2'-0" TABLE B X Y Z Zl CURB HEIGHT RAMP LENGTH (12:1) SIDE SLOPE (10:1) SIDE SLOPE (12:1) 1" I'-O" r-6" I'-O" 2" 2'-0" 1'-8" 2'-0" 3" 3'-0" 2'-6" 3'-0" 4" 4'-0" 3'-4" 4'-0" 5" 5'-0" 4'-2" 5'-0" 6" 6'-0" 5'-0" 6'-0" 7" 7'-0" 5'-10" 7'-0" 8" 8'-0" 6'-8" 8'-0" TYPE A AND B CURB RAMPS TYPE A-1 AND B-1 CURB RAMPS TABLE C X CT CURB HEIGHT CURB TRANS. (12:1) 4" 4'-0" 5" 5'-0" 6" 6'-0" 7" 7'-0" 8" 8'-0" 9" 9'-0" 10" lO'-O" 11" 1 r-0" 12" 12'-0" 13" 13'-0" NOTES 1. DIMENSIONS X, Y, Z, Zl. AND CT MAY BE DETERMINED BY USING THE TABLES ON THIS SHEET WITH PRIOR AGENCY APPROVAL. WITHOUT AGENCY APPROVAL. DIMENSIONS SHOULD NOT EXCEED THE MAXIMUM SLOPE OR RATIO PROVIDED. 2. Z* REFERS TO Z OR Zl IN TABLE B. Z SIDE SLOPE SHALL BE 10:1. EXCEPT PER NOTE 3. 3. FOR TYPE A-1 AND B-1 CURB RAMPS. WHERE A 4' LANDING CANNOT BE CONSTRUCTED DUE TO INADEQUATE RIGHT OF WAY, A 3' MINIMUM LANDING IS ACCEPTABLE WITH PRIOR AGENCY APPROVAL AND PROVIDED THE SIDE SLOPES ARE REVISED TO 12:1 PER SIDE SLOPE Zl IN TABLE B. TYPE C CURB RAMP RE^^SION BY APPROVED DATE SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^jJ0^i^ 7/26/20(2 ORIGINAL MR MR/CV 03/12 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^jJ0^i^ 7/26/20(2 NOTES FOR CURB RAMPS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^jJ0^i^ 7/26/20(2 NOTES FOR CURB RAMPS CH'AIRPERSON R.CE. 19246 DATE NOTES FOR CURB RAMPS DRAWING p OOD NUMBER V3-OZD NOTES FOR CURB RAMPS DRAWING p OOD NUMBER V3-OZD 24" min 14" 1/2" dia. lift hole T •Cl. RISER RING P.C.C. Pavement- Grout around box- xxxxxx. s;::— — 6" thick grout pad Slope surface of grout pad to drain away from cover, and to meet existing grade. PLAN-IN UNPAVED AREA Brick support all around on 2" sancJ base. i^^frecast concrete g^c^ipipe box 560-C-3250 concrete NOTES 1. Cover and frame to be cast integrally with pipe box. 2. Monument base may be cast in place or precast. 3. Form and toper exposed upper 6" of ccst-in-ploce base to a top diameter of 5". (Precast base shall be sand backfilled). 4. Monument marker shall be o domed brass, 3" in diameter. 5. Monument Location: o) Set on all centeriine intersections unless actual location is modified by the Agency and shown in modified location on map. When centeriine intersection is impractical, offset 5' on centeriine of major street, (see detail at right). If neither centeriine can be occupied, two monuments wi be set in line around the front on the perimeter of a 10' diameter circle, whose center is the point. b) Set on centeHine at intervals not exceeding 1000* on straight runs. c) Set on centeriine at points of curvature. d) Set on center at center points of cul—de—sacs. e) Set on centeriine when center point of cul—de—sac is offset from centeriine. f) These standards may be modified at the discretion of the Agency in cases where strict compliance therewith results in more monuments than it considers necessary. The following technique for reducing the number of monuments will be routine. g) Substitution of one monument on the "Point of Intersection" for monuments at the "Beginning of Curve" and the "Ending of Curve" when the "Point of Intersection" falls within the pavement area. h) Deletion of any monument otherwise required by these standards when its position can be determined by turning one angle from a point on a straight line between two other monuments, providing such point is not more than 300' from the point on which the deleted monument would have been placed. »Dia.(min) TYPICAL MONUMENT SECTION IN PAVED AREA Alteration location of monument. Tie distances shown on final sub- division map if alternate location is used. LOCATION OF STREET SURVEY MONUMENT Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Metric T. Stanton 03/03 STREET SURVEY MONUMENT RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Reviewed T. Stanton 04/06 STREET SURVEY MONUMENT Ch5lrpel-son R.CE. 19246 Date Delete Metric D. Gerschoffer 05/12 STREET SURVEY MONUMENT DRAWING M in NUMBER '^•10 STREET SURVEY MONUMENT DRAWING M in NUMBER '^•10 FOUND MONUMENTS Found monuments must denote the character of the monument, how it is identified and the record, or no record as opplicable. SET MONUMENTS - Criteria for Locating and Character On subdivision boundaries, permanent monuments are required; and must be shown on the map at intervals as specified by the local agency. The location of such points that are inacceptable or will be destroyed by construction may be established by ties to permanent reference monuments shown on the final map. A permanent monument shall be no less substantial than the following: a. An iron pipe of minimum two inch diameter not less than 2' in length placed upright in the ground so that the top of said pipe is flush with the surface. Said pipe shall be filled with a metal or cement plug at least three inches in depth and centered with a metal tack and disc; or b. A metal plug with tack and disc set flush with the surface in portland cement concrete sidewalk, curb or pavement; or other monument satisfactory to the City Engineer or County Surveyor. The metal plug shall be anchored 1" deep in sidewalk. Lot corners and points of curves along street and alley right of way lines where portland cement concrete sidewalks, curbs or pavement exist, or will be constructed as part of the subdivision requirements, shall be identified with tack and disc set flush with the surface along an extension of the lot line at on approved offset, to be measured radially or at right angles to the right of way line in said sidewalk, curb pavement. In case the sideline of the lot is not radial or at right angles to the right of way line a disc shall be set along an extension of the sideline at an offset to be measured radially or at right angles to the right of way line. Where no such concrete work exists, and none will be required to be constructed, all lot corners, angle points and points of curve shall be marked with a monument no less substantial than a one-half inch steel rod or pipe, 18" long, set flush with the surface. • O A LEGEND Fd 2" Iron Pipe Marked RCE XXXX or per Map XXX unless otherwise noted Fd Street Survey Monument Stamped RCE XXXX or LS XXXX Set 2" X 24" Iron Pipe Marked RCE XXXX or LS XXXX Set Lead and Disc Stamped RCE XXXX or LS XXXX Set X 18" Iron Pipe Marked RCE XXXX or LS XXXX Set Street Survey Monument Stamped RCE XXXX or LS XXXX per Standard Drawing M-10 The addition of other symbols is permissible where such will result in a clearer map. The following notes should be used in the legend where applicable. Unless otherwise shown on this mop: 1. All lot corners except as described below wi be monumented by a W by 18" iron pin stamped (RCE or LS number). 2. Lot corners along the sideline of dedicated street right of way will be monumented by a disc stamped (RCE or LS number), set along an extension of the lot line at an offset of in the (curb, sidewalk). The offset shall be measured radially, or at right angles, to the right of way line. (See example below.) 3. All points of curve of the sidelines of dedicated streets will be monumented by a disc stamped (RCE or LS number), set at an offset of in the (curb, sidewalk). The offset shall be measured radially. Radiol EXAMPLE OF OFSET DISCS Revision By Approved Dote SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Metric T. Stanton 03/03 SURVEY MONUMENTS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Reviewed T. Stanton 04/06 SURVEY MONUMENTS Chdfrpef-son R.CE. 19246 Date Delete Metric D. Gerschoffer 05/12 SURVEY MONUMENTS DRAWING M IQ NUMBER SURVEY MONUMENTS DRAWING M IQ NUMBER STREET LOCATIONS — i 4 • 1 c Edgel • der Shoul 6"- Marker M~J~ DETAIL Traffic stripe FREEWAY LOCATION MARKERS - Shall be blue 2-way stimsonite lifellte 88AB or equal. ADHESIVE - An ample amount of two (A&B) epoxy or equal. SURFACES -Clean and dry prior to installation per manufacturer's recommendations. Install markers with reflective surfaces facing oncoming vehicles and offset 2" from lone lines toward fire hydrant. NOTES 1. Fire Department will provide location(s) for all markers in PRD's, Commercial Lots and other areas outside of Public Right of Way. 2. Markers must be installed at the new and relocated hydrants and within all resurfacing projects. 3. For streets without lone lines or streets with raised pavement markers and no painted lane lines, install markers 6" from centeriine or existing markers. LEGEND ON PLANS Morker • Rre Hydrant {Xp<] Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL H. Hecht 10/82 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Metric T. Stanton 03/03 FIRE HYDRANT MARKERS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Reviewed T. Stanton 04/06 FIRE HYDRANT MARKERS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Delete Metric D. Gerschoffer 05/12 FIRE HYDRANT MARKERS x^i iviir ptn aun r>.v».C.. 1 yZT-O U0t6 DRAWING IO NUMBER ""•'5^ FIRE HYDRANT MARKERS x^i iviir ptn aun r>.v».C.. 1 yZT-O U0t6 DRAWING IO NUMBER ""•'5^ 1 3/4"x 1 3/4" 12 Gouge Post NOTES 1. Structural steel tubing used for post & sleeves shall be galvanized 12 gauge cold rolled steel, of the nominal dimensions shown hereon and meet the requirements of ASTM A446 Grade A. 2. Galvanizing shall be per ASTM A525. Posts & sleeves shall have 7/16" dia. holes spaced 1" o.c. ±1/8" & shall hove no more variation in straightness than 1/16" in 3'. Posts shall be square within ±0.014", have twist no greater than 0.062" in 3' and have corner radii of 5/32" ±1/64". 3. The signs shall be mounted on posts in accordance with Section 56, "Signs" of the State Standard Specifications. All fastening hardware is to be provided by the Contractor, 4. Maximum sign size 5.2 sq. ft. 6' (Unless Otherwise Shown on Plans) 3/8" Rivet (typ.) Rivet Specification Dimension: 3/8" Dia. Shank 7/8" Dia. Head Grip Range: .200-.356 Finish: Electro-Galvanize ASTM-B-633 Type III SCI r •3/8" Rivet (typ.) J|-*-2 1/4" Anchor Sleeve Existing Ground 2 X 2"-12 Gauge Post 2" Anchor Post Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^^^jh^trhj 7/26/20(2 ORIGINAL G.Parkinson 2/95 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^^^jh^trhj 7/26/20(2 Add Metric T. Stanton 03/03 BREAK-AWAY SIGN POST RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^^^jh^trhj 7/26/20(2 Reviewed T. Stanton 04/06 BREAK-AWAY SIGN POST Ch3?rpef-son R.CE. 19246 Date Delete Metric D. Gerschoffer 05/12 BREAK-AWAY SIGN POST DRAWING fti NUMBER """^^ BREAK-AWAY SIGN POST DRAWING fti NUMBER """^^ APPENDIX F TIER 2 CONSTRUCTION SWPPP PREPARATION TEMPLATE 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 Storai 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 of the plan to ensure that all required elements are included into the plan. Tier 2 Construction 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: CY; Fill: CY; Import: CY; Export: CY Any Stockpile Proposed? If yes, then estimate quantity: CY Estimated duration of stockpile: Months Soils types: 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 Form 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 Presen/ation of Existing Vegetation Hydraulic Mulch Hydroseeding Soil Binders Straw Mulch Geotextiles & Mats Wood Mulching Earth Dikes and Drainage Swales Velocity Dissipation Slope Drains Stream bank 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): Pages 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/Irrigation 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 1 CO z CM CO z CO CO z CO z in 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 and Materials Pollution Control 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 1) 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 boundary and property lines D. Proposed grading contours and slopes clearly shown Page 1 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 1. 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 of 2 Tier 2 Required Elements Checklist 3/24/08 APPENDIX G GEOTECHNICAL REPORTS December 20, 2012 Project No. 106528002 Ms. Sherri Howard City of Carlsbad, Public Works Engineering 1635 Faraday Avenue Carlsbad, Califomia 92008 Subject: Second Addendum to Geotechnical Evaluation Park Drive Water Pipeline Carlsbad, Califomia Dear Ms. Howard: In response to your request, we are pleased to submit this second addendum to the referenced project geotechnical report (Ninyo & Moore, 2012a). Based on our review of the referenced plans, the project will include reconstmction of portions of the asphalt concrete (AC) pavement, reconstmction of concrete surface improvements, installation of a new section of water pipeline, and installation of a French drain system. The purpose of this addendum is to provide additional geotechnical subsurface information at the site in conjunction with the referenced groundwater evaluation (Ninyo & Moore, 2012c). SCOPE OF SERVICES Ninyo & Moore's scope of services for this addendum included review of the referenced docu- ments and performance of a supplemental subsurface exploration for the subject project. Specifically, we performed the following tasks: • Performing a field reconnaissance to observe site conditions and to locate and mark the ex- ploratory boring locations. • Obtaining a County of San Diego Department of Environmental Health boring permit. • Coordinating and mobilizing for the subsurface exploration. Mark-out of existing under- ground utilities was conducted through Underground Service Alert (USA). • Performing a subsurface exploration consisting of the drilling, logging, and sampling two ex- ploratory borings to depths of approxunately 2IV2 feet. • Converting the borings into groundwater monitoring wells. 57}0RufRnRoad • San Diego, Califomia 92123 • Phone (858) 576-1000 • Fax (858) 576-9600 San Dtego - Irvine • Angeles • Rancho Cuamcwiga • OaWancJ • SanRancjsco • Sacramento Las Vegas • Phoenix « Tucson * Resccfft valley • Denver • BPaso • Houston 25 Park Drive Water Pipeline December 20, 2012 Carlsbad, California Project No. 106528002 Compiling and analyzing the data obtained from our supplemental subsurface exploration. Preparing this addendum presenting the findings from our supplemental subsurface explora- tion including boring/monitoring well locations and boring logs. SUBSURFACE EXPLORATION Our supplemental subsurface exploration was conducted on October 24, 2012 and consisted of drilling two exploratory borings. The exploratory borings were drilled to depths up to approxi- mately 21/2 feet using a tmck-mounted drill rig. Bulk and in-place drive soil samples were obtained from within the borings at selected intervals. These samples were then transported to our in-house geotechnical laboratory. The borings were then converted to monitoring wells MW-1 and MW-2. The approximate locations of the monitoring wells are shown on Figure 2. Logs of borings are included in Attachment A. Logs of the monitoring well constmction are in- cluded in Attachment B. SUBSURFACE CONDITIONS The geologic units encountered within the borings converted to monitoring wells included fill material and bay deposits (also referred to as alluvium in previous reports). A generalized de- scription of the earth units encountered during this supplemental subsurface exploration is provided in the subsequent sections. More detailed descriptions of the subsurface units are pro- vided on the boring logs in Attachment A. Fill Fill was encountered in both of our borings/monitormg wells underlying the AC pavement section and extending to depths of up to approximately 10 feet. As encountered, the fill ma- terials generally consisted of various shades of brown, moist to saturated, firm to stiff, sandy clay and loose to medium dense, silty to clayey sand. 106528002 L2 Addendum.doc Park Drive Water Pipeline December 20,2012 Carlsbad, California Project No. 106528002 Bay Deposits Bay deposits, referred to as alluvium in previous reports, were encountered in both of our bor- ings/monitoring wells underlying the fill materials and extending to the depths explored. As encountered, the bay deposits generally consisted of various shades of brown and gray, moist to saturated, very stiff, sandy clay, and very loose to medium dense, clayey to silty sand. Groundwater Groundwater was encountered during the excavation of our borings at depths ranging from 7 to 9 feet, corresponding to elevations of approximately 4 to 10 feet above mean sea level (MSL). We note that variations in groundwater level may occur due to rainfall, irrigation, tidal influence and other factors. For further discussion of groundwater conditions, see the ref- erenced report (Ninyo & Moore, 2012c). CONCLUSIONS AND RECOMMENDATIONS The following conclusions and recommendations are considered supplemental. Therefore, the conclusions and recommendations presented in the referenced report (Ninyo & Moore, 2012a) and addendum (Ninyo & Moore, 2012b) are still considered valid. • Our subsurface exploration encountered very loose, granular soils and shallow groundwater. Accordingly, the contractor should anticipate and be prepared for caving conditions during the performance of trench excavations. • Due to the presence of very loose, granular soils and shallow groundwater, the contractor should anticipate encountering soft and yielding subgrade conditions at the bottom of trench excavations. The design pressure for thmst blocks can be calculated usmg Figure A presented in the ref- erenced addendum (Ninyo & Moore, 2012b). As depicted in the figure, the design pressure is variable and dependent upon the depth to the top and bottom of the thmst block. Based on discussions with the client, we understand that water has been observed via video camera to be seeping through the joints for the storm drain line beneath Park Drive. The pro- posed French drain system shown on the referenced plans (Carlsbad, 2012) is intended to reduce the amount of seepage into the storm drain. Accordingly, the invert elevation of the French drain system should be at or below the invert elevation of the adjacent storm drain. 106528002 L2 Addendum.doc Park Drive Water Pipeline Carlsbad, Califomia December 20, 2012 Project No. 106528002 • Due to the presence of a shallow groundwater and the anticipated depth of the French drain system, the contractor should be prepared to perform dewatering operations. • Based on the described shallow groundwater conditions and the anticipated soft and yielding subgrade conditions at the base of trench excavations, the designer may need to balance con- stmctability issues with the planned depth of the French drain system. LIMITATIONS The geotechnical services described in this report have been conducted m general accordance with current practice and the standard of care exercised by geotechnical consultants perfomiing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, rec- ommendations, and opinions presented m this report. Our conclusions and recommendations are based on an analysis of the observed site conditions and the references listed. If actual conditions differ from those described in this report, our office should be notified and additional recommenda- tions, if warranted, can be provided upon request. We appreciate the opportunity to be of continuing service. RespectfiiUy submitted, NINYO & MOORE rey 1. Kent, PE,GE Senior Engineer JTK/FOM/GTF/gg Francis O. Moreland, PQ CEG Senior Geologist Attachments: References Figure 1 - Site Location Figure 2 - Monitoring Well Locations Attachment A - Boring Logs Attachment B - Well Constmction Diagrams Distribution: (1) Addressee 106528002 L2 Addendum doc Park Drive Water Pipeline December 20, 2012 Carlsbad, Califomia Project No. 106528002 REFERENCES City of Carlsbad, 2012, Construction Plans for Park Drive Water Pipeline & Surface Improve- ments South of Adams, Contract No. 5030: dated December. Ninyo & Moore, 2012a, Updated Geotechnical Evaluation, Park Drive Pavement Repair, Carls- bad, Califomia: dated October 17. Ninyo & Moore, 2012b, Addendum to Geotechnical Evaluation, Park Drive Pavement Repair, Carlsbad, On-Call Contract No.: PWENG 708, Califomia: dated November 12. Ninyo & Moore, 2012c, Groundwater Evaluation, Park Drive at Adams, Carlsbad, Califomia: dated December 7. 106528002 L2 Addendum.doc SOURCE: 2008 THOMAS GUIDE FOR SAN DIEGO COUNTY, STREET GUIDE AND DIRECTORY; MAP © RAND MCNALLY, R.L.07-S-123 NOTE. ALL DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE SCALE IN FEET 1,200 2,400 4,800 N A SITE LOCATION FIGURE 1 PROJECT NO. DATE PARK DRIVE WATER PIPELINE , CARLSBAD, CALIFORNIA FIGURE 1 106528002 12/12 PARK DRIVE WATER PIPELINE , CARLSBAD, CALIFORNIA FIGURE 1 LEGEND (I) MW-2 MONITORING WELL ^-^ TD=21.5' NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE SOURCE: AERIAL IMAGERY - PHOTO DATE: FEB 11, 2010, ESRI, l-CUBED, USDAFSA USGS, AEX, GEOEYE, GETMAPPING, AEROGRID, IGP N A SCALE IN FEET 15 30 60 MONITORING WELL LOCATIONS PROJECT NO. DATE PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORNIA 106528002 12/12 PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORNIA FIGURE Park Drive Water Pipeline December 20, 2012 Carlsbad, California Project No. 106528002 ATTACHMENT A BORING LOGS 106528002 L2 Addendum.doc B X f- Q. Ul Q ffl O O U- ffl Hi 01 ID K- IL. O Q. CO z LU Q >- a: Q o C/D < o BORING LOG EXPLANATION SHEET 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. I rr 10- xx/xx ? sz. 15 SM MAJOR MATERIAL TYPE (SOIL): CL Solid line denotes unit change. Dashed line denotes matenaFchangeT 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: Shear Bedding Surface The total depth line is a solid line that is drawn at the bottom ofthe boring. _2a. BORING LOG Explanation of Boring Log Symbols PROJECT NO. DATE Rev. 11/11 FIGURE U.S.C.S. METHOD OF SOIL CLASSIFICATION MAJOR DIVISIONS SYMBOL TYPICAL NAMES N C/3 Q ^ ^ w <^ 5^ <N > pq cd o n x: o V <N ec5 s o u GRAVELS (More than 1/2 of coarse fraction > No. 4 sieve size SANDS (More than 1/2 of coarse fraction < No. 4 sieve size GW GP GM GC SW SP SM SC Well graded gravels or gravel-sand mixtures, little or no fines Poorly graded gravels or gravel-sand mixtures, little or no fines Silty gravels, gravel-sand-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 fines Silty sands, sand-silt mixtures Clayey sands, sand-clay mixtures ^ 'o 'oT OO ^ '55 m Si Z g S V ML Inorganic silts and very fine sands, rock flour, silt>' or clayey fine sands or clayey silts with slight plasticity SILTS & CLAYS Liquid Limit <50 CL Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays OL Organic silts and organic silty clays of low plasticity SILTS & CLAYS Liquid Limit >50 MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silty clays, organic silts HIGHLY ORGANIC SOILS Pt Peat and other highly organic soils GRAIN SIZE CHART CLASSIFICATION RANGE OF GRAIN CLASSIFICATION U.S. Standard Sieve Size Grain Size in Millimeters BOULDERS Above 12" Above 305 COBBLES 12" to 3" 306 to 76.2 GRAVEL 3" to No. 4 76.2 to 4.76 Coarse 3" to 3/4" 76.2 to 19.1 Fine 3/4" to No. 4 19.1 to 4.76 SAND No. 4 to No. 200 4.76 to 0.075 Coarse No. 4 to No. 10 4.76 to 2.00 Medium No. 10 to No. 40 2.00 to 0.420 Fine No. 40 to No. 200 0.420 to 0.075 SILT & CLAY Below No. 200 Below 0.075 PLASTICITY CHART ^ 50 fi? 40 ^ 20 / / CH CL MHJ iOH CL- W - / ML -J iOL L— 0 t) 20 3 0 4 0 50 6 0 70 80 90 100 UQUID LIMrr(LL), % U.S.C.S. METHOD OF SOIL CLASSIFICATION Updated Nov. 2011 Q. O o CO LU OC Z3 \- o Q O >- CO z UJ Q >- on Q >- CO < CO y cJ o DATE DRILLED 10/24/12 BORING NO. MW-1 GROUND ELEVATION 17'+ (MSL) SHEET 1 OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Scott's Drilling) (CME-55) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30;; SAMPLED BY NMM LOGGED BY NMM REVIEWED BY FOM DESCRIPTION/INTERPRETATION SM ASPHALT CONCRETE: \Approximately 5 inches thick. FILL: SC Brown, moist, medium dense, silty SAND. Brownish gr^¥nd"browri7mbiTt,Toose7(na3^ 5AND7 15 XZ. SM BAY DEPOSITS: Dark brown to brown, moist to wet, loose, silty fine to medium SAND; few clay. Fewer fines. Very loose. _2£L Total Depth = 15 feet. Groundwater encountered at approximately 7 feet during drilling. Well installed shortly after drilling on 10/24/12. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG PARK DRTVE WATER PIPELINE CARLSBAD, CALIFORIA PROJECT NO. 106528002 DATE 12/12 FIGURE A-1 a. CO O O i o _i CQ 111 01 D I- co LL o CO z UJ Q >-Od Q ^ CO o DATE DRILLED 10/24/12 BORING NO. MW-2 GROUND ELEVATION 13' ± (MSL) SHEET 1 OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Scott's Drilling) (CME-55) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30;;_ SAMPLED BY NMM LOGGED BY NMM REVIEWED BY DESCRIPTION/INTERPRETATION FOM 14 ASPHALT CONCRETE: SM ^Approximately 5 inches thick. FILL: CL Brown, moist, loose, silty SAND; trace gravel; roots. Dirirbfown,lnmsTto"vii^t7fir^^ CLAY. Stiff Saturated. 13 15 ^- 14 CL+SM BAY DEPOSITS: Brown to dark brown, saturated, very stiff, sandy CLAY with silty SAND. SC Yellowish gray to gray, saturated, medium dense, clayey SAND. L_ZLL_ .... =7 BORING LOG L_ZLL_ .... =7 PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORLV L_ZLL_ .... =7 PROJECT NO. 106528002 DATE 11/12 FIGURE A-2 CO UJ Q. LU Q CQ O O LL i o _j CQ LU Cd D I-CO LL o >- CO z UJ Q > 01 Q O CQ >-CO z o ^ CO 9d CO _; CO -> O DATE DRILLED 10/24/12 BORING NO. MW-2 GROUND ELEVATION 13'± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Scott's Drilling) (CME-55) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30;; SAMPLED BY NMM LOGGED BY NMM REVIEWED BY FOM DESCRIPTION/INTERPRETATION 1 20 CL 16 BAY DEPOSITS: (Continued) Dark brovm, saturated, very stiff, sandy CLAY. 25 30- 35 40 Total Depth = 21.5 feet. Groundwater encountered at approximately 9 feet during drilling. Well installed shortly after drilling on 10/24/12. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORIA PROJECT NO. 106528002 DATE 11/12 FIGURE A-3 Park Drive Water Pipeline December 20, 2012 Carlsbad, Califomia Project No. 106528002 ATTACHMENT B WELL CONSTRUCTION DIAGRAMS 106528002 L2 Addendum.doc MONITORING WELL NO.: MW-1 COMPLETION DATE: 10/24/12 t 1 "-2" 8- f 1 3' 3.0' BTOC 4.0' BTOC 4.5' BTOC 5.0' BTOC 7.0' BTOC 14.0' BTOC_ 15.0' BTOC. Not to Scale 2" DIAMETER, WATER TIGHT LOCKING WELL CAP TRAFFIC-RATED WELL COVER CONCRETE (4000 PSI) BENTONITE GROUT 2" DIAMETER, SCH. 40, BLANK PVC CASING BENTONITE SEAL (BENTONITE CHIPS HYDRATED WITH 5 GALLONS OF WATER) 2" DIAMETER. SCH 40, 0.020" SLOTTED PVC CASING #3 MONTEREY SAND THREADED ON END CAP T.D. 15 FEET MONITORING WELL CONSTRUCTION DIAGRAM FIGURE PROJECT NO. DATE PARK DRIVE WATER PIPELINE B-1 106528002 12/12 CARLSBAD, CALIFORNIA B-1 MONITORING WELL NO,: MW-2 COMPLETION DATE: 10/24/12 8" 1 1 3" 3.0' BTOC 4.0' BTOC 4.5' BTOC 5.0' BTOC 9.0' BTOC 14.0' BTOC. 15.0' BTOC. 2" DIAMETER, WATER TIGHT LOCKING WELL CAP TRAFFIC-RATED WELL COVER CONCRETE (4000 PSI) BENTONITE GROUT 2" DIAMETER, SCH. 40, BLANK PVC CASING BENTONITE SEAL (BENTONITE CHIPS HYDRATED WITH 5 GALLONS OF WATER) 2" DIAMETER, SCH 40, 0.020" SLOHED PVC CASING #3 MONTEREY SAND THREADED ON END CAP TD. 15 FEET Not to Scale PROJECT NO. 106528002 DATE 12/12 MONITORING WELL CONSTRUCTION DIAGRAM PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORNIA FIGURE B-2 December 7, 2012 Project No. 106528003 Ms. Sherri Howard City ofCarlsbad 1635 Faraday Avenue Carlsbad, Califomia 92008 Subject: Groundwater Evaluation Park Drive at Adams Carlsbad, California Dear Ms. Howard: In accordance with your request, Ninyo & Moore has performed a groundwater evaluation for the proposed French drain along Park Drive in Carlsbad, California. The project area is located along Park Drive near the intersections with Adams Street and Cove Drive, in the city of Carls- bad, California (Figure 1). Presented are the results of our fieldwork including installation and sampling of two groundwater wells, and environmental laboratory testing. Specifics of our scope of services are presented below. SCOPE OF SERVICES Our scope of services included the following: • Performing a field reconnaissance to observe site conditions and to locate and mark the proposed monitoring wells. • Notification of Underground Service Alert (USA) to locate potential buried underground utilities in the vicinity of the monitoring well locations. • Obtaining a County of San Diego Department of Environmental Health (DEH) monitoring well permit. • Performing a subsurface evaluation consisting of: o Drilling, logging, and sampling two exploratory soil borings with a truck-mounted, hol- low-stem auger drill rig. The depth of the borings ranged up to approximately 21.5 feet below ground surface (bgs). Soil samples were collected and returned to our in-house geotechnical lab for analysis. o Converting the borings to 2-inch diameter groundwater monitoring wells (designated MW-1 and MW-2). 5710 Ruffin Road » San Diego, Caiifomia 92123 • mone (858) 576-1000 • Fax (858) 576-9600 2^ Sanojego • irv^ . U)sAngeJes • RancmCucsmonga • OaWand • SanRandsco • Sacramento Lasvegas • Wioenijc • Tucson • RiescottVa/tey • Dwer • B?wo * Houston '^imm ^ , ^. . , December 7,2012 Park Drive at Adams r» • m/c^cooom \r , , , ^ • Project No. 106528003 Carlsbad, California o Developing the wells using surge, bail, and pump methods. o Monitoring groundwater conditions after well development and collecting a groundwa- ter sample from one well for analysis at an environmental laboratory. o Submitting the groundwater sample to a State of Califomia-certified environmental laboratory for analysis. The sample was analyzed for parameters provided by the project civil engineer. Performing geotechnical laboratory testing on representative soil samples to evaluate parti- cle-size gradation. Monitoring groundwater level in the wells for a period of 15 days. Compiling and analyzing the data from our subsurface evaluation and environmental and geotechnical laboratory testing. Preparing this letter to provide our fmdings and conclusions regarding groundwater condi- tions in the project area. SITE AND PROJECT DESCRIPTION The project site is located just north of Agua Hedionda Lagoon in a residential area along Park Drive. The specific project study area consists ofthe AC pavement section from the inter- section of Park Drive and Adams Street and extending southeast along Park Drive approximately 400 feet south (Figure 2). In this location Park Drive is generally trending in a northwest- southeast direction and slopes to the southeast with roadway drainage being diverted to curbs- and-gutters. Elevations in the project area range from approximately 30 to 35 feet above mean sea level (MSL). The surface improvements in the area generally consist of an AC roadway with associated concrete sidewalks, curbs-and-gutters, and cross gutters. Based on discussions with City of Carlsbad personnel, we understand that the City is seeking to address groundwater issues in the project area by installing a French drain and disposing ofthe groundwater to the storm drain. Our review of preliminary plans indicates that the drain will ex- tend from approximately Station (Sta.) 2+00 southeastward to approximately Sta. 7+00 along the northeastem side of the Park Drive. 106528003 L-doc Park Dnve at Adams December 7, 2012 Carlsbad, Cahfomia Project No. 106528003 FIELDWORK PROCEDURES On October 24,2012, fieldwork consisted ofthe excavation, logging, and sampling of two small- diameter soil boring excavations. The borings were advanced with a truck-mounted drill rig util- izing 8-inch diameter hollow stem augers. Selected soil samples were visually classified and logged during drilling. The borings were then converted to monitoring wells MW-l and MW-2. The approximate locations of the monitoring wells are shown on Figure 2. Logs of borings are included in Attachment A. The monitoring wells were constmcted using 15 feet of 2-inch diameter Schedule 40, 0.010-inch slotted polyvinyl chloride (PVC) pipe screened from approximately 5 to 15 feet bgs and 5 feet of 2-inch diameter schedule 40 PVC solid extending from 5 feet bgs to near surface grade. After in- stallation ofthe casing, a filter pack consisting of #3 Monterey Sand was placed in the annulus of the boring. The filter pack was measured during installation to monitor the depth and avoid bridg- ing between the well casing and boring wall. A bentonite seal of hydrated medium bentonite chips was placed in the annulus above the filter pack from 4 to 2 feet bgs. The bentonite was saturated and allowed to hydrate. Each monitoring well was completed at the surface with a 12-inch diame- ter, traffic-rated well box placed in concrete fi-om 2 feet bgs to ground surface. The concrete extends outward approximately 1 foot from the edge ofthe well box. Monitoring well constmction diagrams are presented in Attachment B. GEOLOGIC AND GROUNDWATER CONDITIONS Geologic units encountered during our subsurface exploration consisted of fill materials under- lain by bay deposits. As encountered, the fill material generally consisted of brown and brownish gray, moist to saturated, loose, silty and clayey sand, and stiff, sandy clay. Bay deposits were en- countered below the fill to the depth explored. In general, the material generally consisted of various shades of brown and gray, saturated, very loose to medium dense, silty and clayey sand, and very stiff, sandy clay. 106528003 L.doc December?, 2012 Park Drive at Adams 106528003 Carlsbad, California Groundwater was encountered during the excavation of our borings at depths ranging from 7 to 9 feet bgs or at elevations of approximately 4 to 13 feet MSL. We note that variations in ground- water level may occur due to rainfall, irrigation, tidal influence and other factors. For further discussion of groundwater conditions, refer to the section below GROUNDWATER EVALUATION On November 2. 2012, Ninyo & Moore personnel conducted groundwater sampling activities at the site in monitoring well MW-1. Prior to sampling, the well was purged using a 12-volt sub- mersible pump. During purging, groundwater was monitored for field water quality parameters, including pH, turbidity, specific conductance, temperature, aud oxygen reduction poten- tial (ORP). After a minimum of 3 casing volumes of water were purged and water quality parameters reached stabilization (within 10 percent ofthe previous reading), the depth to water was measured, and the water level was allowed to recharge to 80 percent of its original static column prior to sampling. Groundwater samples were collected into laboratory-supplied sample containers using a new, factory-wrapped, disposable bailer. The sample containers were labeled with pertinent information (i.e.. sample date and time, samplers' initials, analyses required), placed in a cooler maintained at approximately 4 degrees Celsius (4°C). and transferred under chain-of-custody procedures to American Enviromnental Testing Laboratories. Inc. (AETL) of Burbank, Califomia. a state-certified laboratory, for analytical testing. A copy ofthe Groundwa- ter Sampling Field Data Sheet is included in Attachment C. Copies of the AETL analytical report and chain-of-custody documentation are provided in Attachment D. Following groundwater sampling, Ninyo & Moore personnel installed Solinst Levelogger Gold M20/F65 units in each well. The leveloggers were installed per the manufacture's instructions and remained in the wells for a period of 17 days. The units logged the depth to groundwater at 5-minute intervals. The groundwater depths were plotted on time versus depth plots for the 17-day continuous monitoring period, which are provided in Attachment E. Digital copies ofthe data spreadsheets for each well may be provided upon request. 106528003 L.doc r'/lKnTrf'""' December 7, 2012 Carlsbad, Cahfomia p^^^^^^ j ^^528003 Based on a review ofthe depth versus time plots, the groundwater levels in the two wells re- mained generally stable over the monitoring period. Groundwater levels in each well were observed to have fluctuated by less than 0.5-foot over the monitoring period. Additionally, daily tidal variations are observed. LIMITATIONS The conclusions and recommendations presented in this report are based on analysis of observed conditions in widely spaced monitoring wells. If conditions are found to vary from those described in this report, Ninyo & Moore should be notified, and recommendations will be provided upon request. 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 and opinions presented 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 addifional subsurface explo- rafion. Addifional subsurface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects ofthe project, and did not include evaluation of structural issues, environmental concems, or the presence of hazardous materials. This document is intended to be used only in its entirety. No portion ofthe document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions 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 that the bidders and their geotechnical consultant per- form an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. 106528003 L.doc Park Drive at Adams Carlsbad, California December 7,2012 Project No. 106528003 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 recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with time as a result of nattiral processes or the activities of man at the subject site or nearby sites. In addition, changes to the ap- plicable laws, regulations, codes, and standards of practice may occur due to govermnent action 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 control. This report is intended exclusively for use by the client. Any use or reuse ofthe findings, conclu- sions, and/or recommendations of this report by parties other than the client is undertaken at said parties'sole risk. We appreciate the opportunity to be of service. Gregory T. Farrand, PQ CEG Principal Geologist Respectfully submitted, NINYO & MOORE Frank Moreland, PQ CEG Senior Geologist NMM/FOM/GTF/gg Attachments: References Figure 1 - Site Location Figure 2 - Monitoring Well Locations Attachment A - Boring Logs Attachment B - Well Construction Diagrams Attachment C - Groundwater Sampling Field Data Sheet Attachment D - Analytical Reports and Chain-of-Custody Documentation Attachment E - Groundwater Elevation Data Distribution: (1) Addressee (via e-mail) 106528003 Ldoc Park Drive at Adams December 7,2012 Carlsbad, California Project No. 106528003 REFERENCES Califomia Regional Water Quality Control Board, San Diego Region, 2007, Water Quality Control Plan for the San Diego Basin (9): dated September 8, amended October 13. County of San Diego Department of Environmental Health, 2007, Site Assessment and Mitiga- tion 2007 SAM Manual, San Diego, California, Site Assessment and Mitigation Division. Geotracker website, 2011, http://geotracker.swrcb.ca.gov. Kennedy, M.R and Tan, S.S., 2008, Geologic Map ofthe Oceanside 30' X 60' Quadrangle, Cali- fomia, California Geologic Survey. Ninyo & Moore, 2009, Geotechnical Evaluation, Park Drive Pavement Repair, Carlsbad, Califomia, Ninyo & Moore Project No. 106528001: dated April 7. Ninyo & Moore, In-house proprietary information. Norris, R.M. and Webb, R.W., 1990, Geology of California, Second Edition: John Wiley & Sons, Inc. 106528003 Ldoc LEGEND (A) MW-2 MONITORING WELL ^ TD=21.5' SOURCE: Aerial Imagery - Photo Date: FEB 11, 2010, ESRI, i^jubed, USDA FSA, USGS, AEX, i GeoEye, Getmapping, Aerogrid, IGP. | N A SCALE IN FEET NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE 15 30 60 Moore WELL LOCATIONS 1 PROJECT NO. DATE PARK DRIVE AT ADAMS CARLSBAD, CALIFORNIA 1 106528003 12/12 PARK DRIVE AT ADAMS CARLSBAD, CALIFORNIA FIGURE Park Drive at Adams Carlsbad, California December 7, 2012 Project No. 106528003 ATTACHMENT A BORING LOGS 106528003 L.doc X f-CL UJ Q LU 1 O o u. CO O _J CO LU 01 3 f-U) O < CO o co§ CO ^ o BORING LOG EXPLANATION SHEET m Bulk sample. ^^^===============^^ Modified split-barrel drive sampler. I 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. MAJOR MATERIAT, TYPF. fS^OTl )• Solid line denotes unit change. Dashed line deiiotes matenarchangeT 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: Shear Bedding Surface The total aeptn ime is a solid line that is drawn"irthFbottom of the~raH^ BORING LOG Explanation of Boring Log Symbols PROJECT NO. DATE Rev. 11/11 FIGURE MAJOR DIVISIONS C/5 1=3 o soil (U soil Q o cJ5 OJ > o O o <N (U ri (Mo >N( < (Mo >N( o o O O U.S.C.S. METHOD OF SOIL CLASSIFICATION SYMBOL TYPICAL NAMES Well graded gravels or gravel-sand mixtures, little or |no fines 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 SILTS & CLAYS Liquid Limit >50 fflGHLY ORGANIC SOILS GP Poorly graded gravels or gravel-sand mixtures, little or no fines GM Silty gravels, gravel-sand-silt mixtures GC Clayey gravels, gravel-sand-clay mixtures SW Well graded sands or gravelly sands, little or no fines SP Poorly graded sands or gravelly sands, little or no fines SM Silty sands, sand-silt mixtures SC Clayey sands, sand-clay mixtures Inorganic silts and very fine sands, rock flour, silty or ^ clayey fine sands or clayey silts with slight plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays OL |organic silts and organic silty clays of low plasticity ilnorganic silts, micaceous or diatomaceous fine sandy I MH or silty soils, elastic silts CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silty clays, organic silts Pt Peat and other highly organic soils GRAIN SIZE CHART RANGE OF GRAIN CLASSIFICATION U.S. Standarti Grain Size in Sieve Size Millimeters BOULDERS Above 12" Above 305 COBBLES 12" to 3" 306 to 76.2 GRAVEL 3" to No. 4 76.2 to 4.76 Coarse 3" to 3/4" 76.2 to 19.1 Fine 3/4" to No. 4 19.1 to 4.76 SAND No. 4 to No. 200 4.76 to 0.075 Coarse No. 4 to No. 10 4.76 to 2.00 Medium No. 10 to No. 40 2.00 to 0.420 Fine No. 40 to No. 200 0.420 to 0.075 SE.T & CLAY Below No. 200 Below 0.075 / / CH CL MH ,OH / L CL-K ML&OL 1 10 20 30 40 LIQUID UMTr(LL),% U.S.C.S. METHOD OF SOIL CLASSIFICATION Updated Nov. 2011 -2Q_ Total Depth = 15 feet. Groundwater encountered at approximately 7 feet during drilling Well installed shortly after drilling on 10/24/12. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORIA PROJECT NO. 106528003 DATE 12/12 FIGURE A-1 CO UJ < CO CD o o u. co CD Ui Dd D I-CO u. o 0. CO z UJ Q >- Cd Q Q <C CO yd CO CO o DATE DRILLED 10/24/12 BORING NO. MW-2 SHEET OF GROUND ELEVATION 13'± (MSL) METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Scott's Drilling) (CME-55)_ DROP 3o;i DRIVE WEIGHT SAMPLED BY NMM 140 lbs. (Auto-Trip) LOGGED BY NMM REVIEWED BY FOM nFRr.RIPTION/INTERPRETATION Af^PHALT/CONCREIE: yi^pproximately 5 inches thick iWn, moist, loose, silty SAND;^acejr^vel;^oots^ ~F\ ~~ ~bEkl)r"ovm,lnoisFto'\^t7fiHnloltiff, sandy CLAY. BORING LOG PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORIA PROJECT NO. 106528003 DATE 11/12 FIGURE A-2 X I-Q. IXI Q 20 CQ o O li. i o cn 16 UJ 01 h- co O CO z UJ Q > Dd Q z O h- . < CO o o tco CO CO 5 o CL DATE DRILLED 10/24/12 BORING NO. MW-2 GROUND ELEVATION 13'± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Scott's Drilling) CCME-55) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30" SAMPLED BY NMM LOGGED BY NMM REVIEWED BY FOM DESCRIPTION/INTERPRETATION BAY DEPOSITS: (Continued) Dark brown, saturated, very stiff, sandy CLAY. 25 30 35 ML Total Depth = 21.5 feet. ~ ~" Groundwater encountered at approximately 9 feet during drilling. Well installed shortly after drillmg on 10/24/12. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORIA 1 ^ f PROJECT NO. DATE FIGURE 106528003 11/12 A-3 Park Drive at Adams ^ -^^T^llhlml Carlsbad, California Project No. 106528003 ATTACHMENT B WELL CONSTRUCTION DIAGRAMS 106528003 Ldoc MONirORIMG WELL NO:: MW -1 COMPLETION t>Mt: 10/24/12 8" 1 t 2' 14.0' BTOC 15.0' BTOC Not f.o Scale r MINIMUM J I—10' '—1*^ 2" DIAMETER. WATER TIGHT LOCKING VVELL CAP TRAFFIC-RATED WEIL COVER CONCRETE (4000 PSI) BENTONITE GROUT 2- DIAMETER, SCH. 40. BLANK PVC CASING BENTONITE SEAL (BENTONITE CHIPS HYDRATED WITH 5 GALLONS OF WATER) .rOIAMETER, SCH40, 0.02C' SLOTTED PVC CASING //aMOWTEREY SAND THREADED ON END CAP TD. 15 FEET PROJECT NO. 106528003 DATE 12/12 IVIONITORING WELL CONSTRUCTION DIAGRAM PARK DRIVE AT ADAMS CARLSBAD, CALIFORNIA FIGURE B-1 MONITORING WELL NO : MW-2 COMPLETIOfvl DATE: 10/24/12 , CONCREI E (40()0PvSli BENTONITE GROUT I—io"-H 3' DIAMETtR. VVATER TiGMT LOCKING "vVELL CAP RAFF-IC-RATcD WELL COVER 2' DI.AMETER. SCH. 40. BLANK PVC CASING BENTONITE SEAL (BENTONITE ailPS HYDRATED WITH 5 GALLONS OF WATER) 2' DIAMETER, SCH iij, 0,020' SLOT TED PVC CASING ^.3 MONTEREY SAhJD THREADED ON END GAP r D. 15 FEET PROJECT NO. 106528003 DATE 12/12 MONITORING WELL CONSTRUCTION DIAGRAM PARK DRIVE AT ADAMS CARLSBAD, CALIFORNIA FIGURE B-2 Park Drive at Adams December 7, 2012 Carlsbad, California Project No. 106528003 ATTACHMENT C GROUNDWATER FIELD SAMPLING DATA SHEET 106528003 Ldoc OwadwaterSa Park Drive Wells ject Name: Project No.: Monitoring Well ID: MW-1 Date: 106528003 Checked by: Site Location: By: NMM License #: Park Drive at Cove Drive H^SCH40-PVC Casing Diameter: Ml" • 4" • 6" • Other Tolal Depth (ft-TOC): (A) l-(.o' T> Depth to Water (ft-TOC): (B) C-^ or Static Water Level (SWL) A - B = C c Water Coluiiin Height (feet) (C) ^ .0 Distance between TOC and ground surface = (+/-) LRAPL Observed 2"/8'/4"=0.82g/ft = (D) 4"/r= 1.31 G/fT--(D) 4"/8'//'= L18G/Fr-(D) 4710'/."= 1.56G/FT = (D) 4712"= 1.96 G/FT-JD) Casing Material • Yes Q'No • Other: S. Steel DNAPL Observed • Yes^Q'No LNAPL/DNAPL WA (ft) (i bondiole volume) X 1.5-(E) ^^^'1 (1.5 liorehole voluine) Approx. Mia Purge Vol, ^J^vel Measurement Equip: • Heron H, OIL 150' • Water Line N Heron Dipper T Cleaned Yes_ Purging Method/Equipment: El 12-V Pump H Hnindflos Pump • Quickie Bailer • Hand Bailer Cleaned Yes Sampling Equipment: Bailer • PVC • SS • Low Flow • Pumps U Dcdicated/Non-dedicated • Peristaltic Pump ph/Temp/Conductivity Meter Type and ID Hanna Decontamination Method: 1X1 3-Stage U Other: PT7T^nmriANDSAMPliNGMETH01X)LOGlES-WcBRi«iiw Method 1, remove 3 BV, sample after weU recovers 80% of static water level. • Method 2. remove 1 BV, test parameters at Q.5 BV intervals until stable or reach 3 BV. sample after well r^ers 80% of static water level. n Method3remove 1 BV, sample after 2 hours. Note: If weU recovers to 80% of static water level inless than 2 hours, use another method. PURGING INFORMATION lime (24 hr) PURGE VOL. (gallons) Depth to Water (feet) Drawdown (feet) pH COND. (HSIcm) TURBIDITY (NTU) .a© ^ \ TEMP. (*C) Comments (col»r, ixlor.shcin, lie.) Lo lU -Z-\,{\ l» \o'.\ •— ]o:n'(^ I %• / ID' 1'^ "2.0 -noo \'z- S ^lo ."-1 M-i.. Depth to Water Atter Purging (ft) = Max. Drawdown: /• ^ (J) (F) Totai Purged Water: (gal) Average pumping rate: Time Finished Purging; TIME (24 IIR) DEPTH TO WATER (ft) RESIDUAL DRAWDOWN (ft) Tj G2 Ti Sampling Method/equipment New Bailer with <3trinp PARAMETER USEPA METHOD CONTAIN ERS/VOLUM E/TVPE (VOA/Glass/Plastic) PRESERVATIVES c Sampled By: Sample Time: Sample ID: c Sampled By: Sample Time: Sample ID: 1^1'' — c Sampled By: Sample Time: Sample ID: JECOVERY CALCULATIONS A-B C; GK-B = HX; F-B = J; .tl20 = recovery in 2 hrs.; 80% Recover = SWL + (0.2)(Maximum Drawdown) 10656401? GW Held Data Shed Park Drive at Adams December 7, 2012 Carlsbad, California Project No. 106528003 ATTACHMENT D ANALYTICAL REPORTS AND CHAIN-OF-CUSTODY DOCUMENTATION 106528003 Ldoc American Enviromnental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818)845-8200 • Fax: (818) 845-8840 • wwvv.aetlab.com Ordered By Sas Diego, Ck 9aX23> Telephone: (858)576-1000 Attention: Frank Moreland liluiDber of Pages 10 Date Received 11/02/2012 Date Reported 11/19/2612 Job ifosdaer Order Date Glieat 67363 11/02/2012 NINY02 Project ID: Project Name: Site: 106528003 Park Drive Wells Park Drive at Cove Drive Carlsbad, CA Enclosed please find results of analyses of 1 water sample which was analyzed as specified on the attached chain of custody. If there are any questions, please do not hesitate to call. Checked By: Approved By; Cyrus Razmara, Ph.D. Laboratory Director American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street, Burbank, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com ^ COMPANY .\ PROJECT MANAGER COMPANY ADDRESS- t <icD S-9io <UCViA . /lA rao-i* FAX ^^^0 ANALYSIS REQUESTED TEST INSTRUCTIONS & COMMENTS COMPANY ADDRESS- t <icD S-9io <UCViA . /lA rao-i* FAX ^^^0 1 1 i J s« 1 1 (A i 1 -4 ify TEST INSTRUCTIONS & COMMENTS PROJECT NAME > O'' ^ PROJECT# ^ 1 1 i J s« 1 1 (A i 1 -4 ify SITE NAME ft , /V, L y A^-.-, P0# ADDRESS d.^r~V5U^J^, ii!/V 1 1 i J s« 1 1 (A i 1 -4 ify SAMPLE ID LAB ID DATE TIME MATRIX CONTAINER NUMBER/SIZE PRES. 1 1 i J s« 1 1 (A i 1 -4 ify PC 5>C AETL JOB No. N2 80193 Page_!V of__i SAMPLE RECEIPT - TO BE FILLED BY LABORATORY SAMPLER: 1. RELINQUISHED BY: REUNQUISHED BY: TOTAL NUMBER OF CONTAINERS CUSTODY SEALS Y/N/^ PROPERLY COOLED Y^^N/NA SAMPLES INTAC! /NA Signati Signature: Prlnted.Name: » Printed Name; RECEIVED IN QOOD COND/A'/ SAMPLES ACCEI Date: Time; I. . L/CI TURN AROUND TIME REIBEIVED BY: RECEIVED BY: A' NORMAL • RUSH • SAME DAY • NEXT DAY • 2 DAYS • 3 DAYS RECEIVED BY LABORATORY: Prtni Time; /C/f-O DISTRIBUTION: W/HITE - Laboratory, CANARY - Laboratory, PtNK - Project/Account Manager/V^L" - Sampler/OrlgmatdrA. 7 American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi street Burbank, CA 91504 • DOHS NO: 154L LACSD NO: 10181 Tel: (888) 288-AETL • (818)845-8200 • Fax: (818) 845-8840 • wvw.aetlab.com Page: 1 A Ordered By Ninyo & Btoore Telephone: (858)576-1000 Attention: Frank Moreland Project ID: 106528003 Date Received 11/02/2012 Date Reported 11/19/2012 Job iTuxnber order Jl^te Client 67363 11/02/2012 NINY02 CERTIFICATE OF ANALYSIS CASE NARRATIVE AETL received 1 samples with the following specification on 11/02/2012 Lab ID Sample Date Matrix QTY of Containers 67363.01 MW-1 11/02/2012 Aqueous | 3 The samples were analyzed as specified on the enclosed chain of custody No analytical non-conformances were encountered. Checked By: Approved By; Cyrus Razmara, Ph.D Laboratory Director Ordered By Ninyo & Mocwe 5710 Ruffin Road San Diego, CA 92123- American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 154 i, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetiab.com ANALYTICAL RESULTS Site Telephone: (858)576-1000 Attn: Frank Moreland Park Drive at Cove Drive Carlsbad, CA Page Project ID: Project Name: 106528003 Park Drive Wells AETL Job Nusiber .... .'^RT 67363 11/02/2012 NINY02 % -•'••}," '••'''f.'.v '' Client Sample I.D, Method Blank MW-1 Date Sampled 11/02/2012 11/02/2012 Matrix Aqueous Aqueous Anjilytee D.F. Method ttoita MOL PQL Hardness (Ca.Mg) as CaC03 130.2 mg/L 1 2 11/07/2012 ND 710 Arsenic (Total) 200.7 mg/L 0.05 0.10 11/06/2012 ND ND Selenium 200.7 mg/L 0.05 0.10 11/06/2012 ND ND Nitrate as Nitrogen 300.0 mg/L 0.02 0.20 11/02/2012 ND 2.20 Nitrite as Nitrogen 300.0 mg/L 0.02 0.20 11/02/2012 ND ND Phospiiorus 300.0 mg/L 0.02 0.20 11/02/2012 ND 0.096J Sulfate 300.0 mg/L 0.02 0.20 11/02/2012 ND 544 Ammonia as Nitrogen 350.3 mg/L 0.05 0.10 11/06/2012 ND ND Nitrogen, Total Kjeldahl 351.3 mg/L 0.05 0.10 11/08/2012 ND ND Oxygen 360.2 mg/L 0.05 0.10 11/02/2012 ND 2.51 Biociiemical Oxygen Demand (BOD) 405.1 mg/L 5.0 5.0 11/02/2012 ND 21.3 Coliform, total SM-9221A-D MPN/100 mL 2.0 2.0 11/06/2012 NA 27.0 Coliform. fecal SM-9221A-E MPN/100 mL 2.0 2.0 11/07/2012 NA ND Ordered By AmQYicm Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818)845-8200 • Fax: (818) 845-8840 • www.aetlab.com QUALITY CONTROL RESULTS Site Ninyo & Moore 5710 Ruffin Road SanPiego.CA 92123- Park Drive at Cove Drive Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 3 Project ID: 106528003 Project Name: Park Drive Wells AETI. Job Wtiidser Stibatltted Client 67363 11/02/2012 NINY02 Method: 130.2, Hardness QC Batch NO: 110712-1; Dup or Spiked Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/07/2012; QC Analyzed: 11/07/2012; Units: mg/L Analytes ___________ Sample Result MS Concen MS Recov MS % REC MS DUP Concen MS DUP Recov MS DUP % REC RPD % MS/MSD % Limit MS RPD % Limit Hardness (Ca,Mg) as CaC03 560 20.0 580 100 20.0 580 100 <1 80-120 <2 0 QC Batch No: 110712-1; Dup or Spiked Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/07/2012; QC Analyzed: 11/07/2012; Units: mg/L LCS LCS LCS LCS/LCSD Anatytes Concen Recov % REC % Limit Hardness (Ca,Mg) as CaC03 20.0 20.0 100 80-120 Ordered By American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Eiurbank,CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • vvww.aetlab.com QUALITY CONTROL RESULTS Site Ninyo & Mskxee San Dteg^CA 92123- Park Drive at Cove Drive Cove Drive , . > % Telephone: (858)576-1000 Attn: Frank Moreland Page: 4 Project ID: Project Name: 106528003 Park Drive Wells AETL Job ^fumber Submitted CXiettt 67363 11/02/2012 NINY02 Method: 200.7, Total Arsenic QC Batch No: 1105122C2; Dup or Spiked Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/05/2012; QC Analyzed: 11/06/2012; Units: mg/L Anaiytm Sample Result MS Concen MS Recov MS % REC MS DUP Concen MS DUP Recov MS DUP % REC RPD % MS/MSD % Limit MS RPD % Umit Arsenic (Total) 0.00 1.00 0.839 83.9 1.00 0.831 83.1 <l 80-120 <15 QC Batch No: 1105122C2; Dup or Spiked Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/05/2012; QC Analyzed: 11/06/2012; Units: mg/L Analytes LCS Concen LCS Recov LCS % REC LCS/LCSD % Limit Arsenic (Total) 1.00 0.883 88.3 80-120 Ordered By American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com OUALITY CONTROL RESULTS . Site Park Drive at Cove Drive Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 5 106528003 Park Drive Wells Project ID: Project Name: AETL Job mutter Submitted Client 67363 11/02/2012 NINY02 Method: 200.7, Total Selenium QC Batch No: 1105122C2; Dup or Spiked Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/05/2012; QC Analyzed: 11/06/2012; Units: mg/L Analytes Sample Result MS Concen MS Recov MS % REC MS DUP Concen MS DUP Recov MS DUP % REC RPD % Selenium 0.00 1.00 0.870 87.0 1.00 0.870 86.5 <1 QC Batch No: 1105122C2; Dup or Spiked Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/05/2012; Units: mg/L QC Analyz< 3d: 11/06/2 012; Analytes LCS Concen LCS Recov LCS % REC 1 Selenium 1.00 0.920 92.0 American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • vvww.aetlab.com Ordered By Site Ninyo & Moore Park Drive at Cove Drive 5710 Ruffin Road Carlsbad, CA SanDie^,CA92123- Telephone: (858)576-1000 Attn: Frank Moreland Page: 6 Project ID: 106528003 AETL Job Number { Suinnltted Cli«at Project Name: Park Drive Wells 67363 1 11/02/2012 NINY02 Method: 300.0, Determination of Inorganic Anion in water by IC QC Batch No: 110212-1; Dup or Spiked Sample: 67355.01; LCS: Clean Water; LCS Prepared: 11/02/2012; LCS Analyzed: 11/02/2012; Units: mg/L Analytes LCS Concen LCS Recov LCS % REC LCS DUP Concen LCS DUP Recov LCS DUP % REC LCS RPD % REC LCS/LCSD % Limit LCS RPD % Limit Nitrate as Nitrogen 2.00 2.00 100 2.00 2.04 102 2.0 80-120 <20 Nitrite as Nitrogen 2.00 1.95 97.5 2.00 1.99 99.5 2.0 80-120 <20 Phosphorus 2.00 1.79 89.5 2.00 1.84 92.0 2.8 80-120 <20 Sulfate 20.0 17.8 89.0 20.0 18.2 91.0 2.2 80-120 <20 Ordered By ArnQvicm Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • vvww.aetlab.com OUALITY CONTROL RESULTS Site Ninyo & Moore 5710 Ru£f»i Road SaaPiiegftCA 92123- Park Drive at Cove Drive Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 7 Project ID: 106528003 Project Name: Park Drive Wells AETL Job Nusdder submitted Client 67363 11/02/2012 NINY02 Method: 350.3, Ammonia asN, Potentiometric, ISE (EPA/600/4-79-020) QC Batch No: 110612-1; Dup or Spiked Sample: 67363.01; LCS: Clean Water; QC Prepared: 11/06/2012; QC Analyzed: 11/06/2012; Units: mg/L Analytes Sample Result MS Concen MS Recov MS % REC MS DUP Concen MS DUP Recov MS DUP % REC RPD % MS/MSD % Limit MS RPD % Limit Ammonia as Nitrogen 0.00 0.500 0.467 93.4 0.500 0.481 96.2 3.0 80-120 <15 QC Batch No: 110612-1; Dup c )r Spiked Sample: 67363.01; LCS: Clean Water; QC Prepared: 11/06/2012; G Units: mg/L IC Analyze d: 11/06/20 12; 1 Analytes LCS Concen LCS Recov LCS % REC LCS/LCSD % Limit Ammonia as Nitrogen 0.500 0.492 98.4 80-120 Ordered By American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com QUALITY CONTROL RESULTS Site Ninyo & Moore 5710 Ruffin Road San Diego, CA 92123- Park Drive at Cove Drive Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: Project ID: Project Name: 8 106528003 Park Drive Wells AETL Job Number si;d»nitted . CXi^t 67363 11/02/2012 NINY02 Method: 351.3, Nitrogen, Kjeldahl (EPA/600/4-79/020) QC Batch No: 110812-1; Dup or Spiked Sample: 67363.01; LCS: Clean Water; QC Prepared: 11/08/2012; QC Analyzed: 11/08/2012; Units: mg/L Analytes Sample Result MS Concen MS Recov MS % REC MS DUP Concen MS DUP Recov MS DUP % REC RPD % MS/MSD % Limit MS RPD % Limit Nitrogen, Total Kjeldahl 0.00 0.500 0.490 98.0 0.500 0.455 91.0 7.4 80-120 <15 QC Batch No: 110812-1; Dup or Spiked Sample: 67363.01; LCS: Clean Water; QC Prepared: 11/08/2012; QC Analyzed: 11/08/20 Units: mg/L 12; Analytes SM Result SM DUP Result RPD % SM RPD % Limit LCS Concen LCS Recov LCS % REC LCS/LCSD % Limit Nitrogen, Total Kjeldahl ND ND <l <15 0.500 0.481 96.2 80-120 Ordered By AmQYicm Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818)845-8200 • Fax: (818) 845-8840 • www.aetlab.com OUALITY CONTROL RESULTS Site Ninyo & Moore 5710 Ruflfin Road San Diego, CA 92123- Park Drive at Cove Drive Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 9 Project ID: Project Name: 106528003 Park Drive Wells Method: 360.2, Oxygen, Dissolved, Modified Winkler Full Bottle Technique QC Batch No: 110212-1; Dup or Spiked Sample: 67363.01; Units: mg/L AETL Job Number submitted Client 67363 11/02/2012 NINY02 Analyl^ SM Result SM DUP Result RPD % SM RPD % Limit Oxygen ' 2.51 2.58 2.8 <15 December 7, 2012 Project No. 106528003 Ms. Sherri Howard City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Subject: Groundwater Evaluation Park Drive at Adams Carlsbad, California Dear Ms. Howard: In accordance with your request, Ninyo & Moore has performed a groundwater evaluation for the proposed French drain along Park Drive in Carlsbad, California. The project area is located along Park Drive near the intersections with Adams Street and Cove Drive, in the city of Carls- bad, California (Figure 1). Presented are the results of our fieldwork including installation and sampling of two groundwater wells, and environmental laboratory testing. Specifics of our scope of services are presented below. SCOPE OF SERVICES Our scope of services included the following: • Performing a field reconnaissance to observe site conditions and to locate and mark the proposed monitoring wells. • Notification of Underground Service Alert (USA) to locate potential buried underground utilities in the vicinity of the monitoring well locations. • Obtaining a County of San Diego Department of Environmental Health (DEH) monitoring well permit. • Performing a subsurface evaluation consisting of: o Drilling, logging, and sampling two exploratory soil borings with a truck-mounted, hol- low-stem auger drill rig. The depth of the borings ranged up to approximately 21.5 feet below ground surface (bgs). Soil samples were collected and retumed to our in-house geotechnical lab for analysis. o Converting the borings to 2-inch diameter groundwater monitoring wells (designated MW-1 and MW-2). 5710 Ruffin Road • San Diego, CaJifbmia 92)23 • Phone (858) 576-1000 • Fax (858) 576-9600 25 Sanil^go • Irvine • UxAn^s • Randx) CiKamonga » OaWara3 • SanRaidsoo • Sacramento Las Vegas • Pnoenix • Tucson • PresjoavaSey • Denver • BPaso • Houston ^^.P^»'^9 Park Drive at Adams December 7, 2012 Carlsbad, California Project No. 106528003 o Developing the wells using surge, bail, and pump methods. o Monitoring groundwater conditions after well development and collecting a groundwa- ter sample from one well for analysis at an environmental laboratory. o Submitting the groundwater sample to a State of California-certified environmental laboratory for analysis. The sample was analyzed for parameters provided by the project civil engineer. Performing geotechnical laboratory testing on representative soil samples to evaluate parti- cle-size gradation. Monitoring groundwater level in the wells for a period of 15 days. Compiling and analyzing the data from our subsurface evaluation and environmental and geotechnical laboratory testing. Preparing this letter to provide our fmdings and conclusions regarding groundwater condi- tions in the project area. SITE AND PROJECT DESCRIPTION The project site is located just north of Agua Hedionda Lagoon in a residential area along Park Drive. The specific project study area consists of the AC pavement section from the inter- section of Park Drive and Adams Street and extending southeast along Park Drive approximately 400 feet south (Figure 2). In this location Park Drive is generally trending in a northwest- southeast direction and slopes to the southeast with roadway drainage being diverted to curbs- and-gutters. Elevations in the project area range from approximately 30 to 35 feet above mean sea level (MSL). The surface improvements in the area generally consist of an AC roadway with associated concrete sidewalks, curbs-and-gutters, and cross gutters. Based on discussions with City of Carlsbad personnel, we understand that the City is seeking to address groundwater issues in the project area by installing a French drain and disposing ofthe groundwater to the storm drain. Our review of preliminary plans indicates that the drain will ex- tend from approximately Station (Sta.) 2+00 southeastward to approximately Sta. 7+00 along the northeastern side of the Park Drive. 106528003 Ldoc Park Drive at Adams December 7,2012 Carlsbad, California Project No. 106528003 FIELDWORK PROCEDURES On October 24, 2012, fieldwork consisted of the excavation, logging, and sampling of two small- diameter soil boring excavations. The borings were advanced with a truck-mounted drill rig util- izing 8-inch diameter hollow stem augers. Selected soil samples were visually classified and logged during drilling. The borings were then converted to monitoring wells MW-1 and MW-2. The approximate locations of the monitoring wells are shown on Figure 2. Logs of borings are included in Attachment A. The monitoring wells were constructed using 15 feet of 2-inch diameter Schedule 40, 0.010-inch slotted polyvinyl chloride (PVC) pipe screened from approximately 5 to 15 feet bgs and 5 feet of 2-inch diameter schedule 40 PVC solid extending from 5 feet bgs to near surface grade. After in- stallation ofthe casing, a filter pack consisting of #3 Monterey Sand was placed in the annulus of the boring. The filter pack was measured during installation to monitor the depth and avoid bridg- ing between the well casing and boring wall. A bentonite seal of hydrated medium bentonite chips was placed in the annulus above the filter pack from 4 to 2 feet bgs. The bentonite was saturated and allowed to hydrate. Each monitoring well was completed at the surface with a 12-inch diame- ter, trafific-rated well box placed in concrete from 2 feet bgs to ground surface. The concrete extends outward approximately 1 foot from the edge of the well box. Monitoring well construction diagrams are presented in Attachment B. GEOLOGIC AND GROUNDWATER CONDITIONS Geologic units encountered during our subsurface exploration consisted of fill materials under- lain by bay deposits. As encountered, the fill material generally consisted of brown and brownish gray, moist to saturated, loose, silty and clayey sand, and stiff, sandy clay. Bay deposits were en- countered below the fill to the depth explored. In general, the material generally consisted of various shades of brown and gray, saturated, very loose to medium dense, silty and clayey sand, and very stiff, sandy clay. 106528003 Udoc ^ , • December 7,2012 Park Drive at Adams . lA^roonna ^ , , , ^ i-r • Protect No. 106526003 Carlsbad, California ^^^j ^ Groundwater was encountered during the excavation of our borings at depths ranging from 7 to 9 feet bgs or at elevations of approximately 4 to 13 feet MSL. We note that variations in ground- water level may occur due to rainfall, irrigation, tidal influence and other factors. For ftirther discussion of groundwater conditions, refer to the section below GROUNDWATER EVALUATION On November 2, 2012, Ninyo & Moore personnel conducted groundwater sampling activities at the site in monitoring well MW-1. Prior to sampling, the well was purged using a 12-volt sub- mersible pump. During purging, groundwater was monitored for field water quality parameters, including pH, turbidity, specific conductance, temperature, and oxygen reduction poten- tial (ORP). After a minimum of 3 casing volumes of water were purged and water quality parameters reached stabilization (within 10 percent ofthe previous reading), the depth to water was measured, and the water level was allowed to recharge to 80 percent of its original static column prior to sampling. Groundwater samples were collected into laboratory-supplied sample containers using a new, factory-wrapped, disposable bailer. The sample containers were labeled with pertinent information (i.e., sample date and time, samplers' initials, analyses required), placed in a cooler maintained at approximately 4 degrees Celsius (4°C), and transferred under chain-of-custody procedures to American Environmental Testing Laboratories, Inc. (AETL) of Burbank, Califomia, a state-certified laboratory, for analytical testing. A copy ofthe Groundwa- ter Sampling Field Data Sheet is included in Attachment C. Copies of the AETL analytical report and chain-of-custody documentation are provided in Attachment D. Following groundwater sampling, Ninyo & Moore personnel installed Solinst Levelogger Gold M20/F65 units in each well. The leveloggers were installed per the manufacture's instructions and remained in the wells for a period of 17 days. The units logged the depth to groundwater at 5-minute intervals. The groundwater depths were plotted on time versus depth plots for the 17-day continuous monitoring period, which are provided in Attachment E. Digital copies of the data spreadsheets for each well may be provided upon request. 106528003 L-doc Park Drive at Adams December 7, 2012 Carlsbad, California Project No. 106528003 Based on a review of the depth versus time plots, the groundwater levels in the two wells re- mained generally stable over the monitoring period. Groundwater levels in each well were observed to have fluctuated by less than 0.5-foot over the monitoring period. Additionally, daily tidal variations are observed. LIMITATIONS The conclusions and recommendations presented in this report are based on analysis of observed conditions in widely spaced monitoring wells. If conditions are found to vary firom those described in this report, Ninyo & Moore should be notified, and recommendations will be provided upon request. 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 and opinions presented 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 additional subsurface explo- ration. Additional subsurface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects ofthe project, and did not include evaluation of stmctural issues, environmental concems, or the presence of hazardous materials. 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 requires 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 that the bidders and their geotechnical consultant per- form an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site recormaissance, and additional exploration and laboratory testing. 106528003 Ldoc Park Drive at Adams Carlsbad, California December 7, 2012 Project No. 106528003 Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different fi-om those described in this report are encountered, our office should be notified and recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with tune as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the ap- plicable laws, regulations, codes, and standards of practice may occur due to govemment action 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 control. This report is intended exclusively for use by the client. Any use or reuse ofthe findings, conclu- sions, and/or recommendations of this report by parties other than the client is undertaken at said parties' sole risk. We appreciate the opportunity to be of service. Respectfully submitted, NINYO & MOORE Gregory T. Farrand, PQ CEG Principal Geologist Frank Moreland, PQ CEG Senior Geologist NMM/FOM/GTF/gg Attachments: References Figure 1 - Site Location Figure 2 - Monitoring Well Locations Attachment A - Boring Logs Attachment B - Well Constmction Diagrams Attachment C - Groundwater Sampling Field Data Sheet Attachment D - Analyfical Reports and Chain-of-Custody Documentation Attachment E - Groundwater Elevation Data Distribution: (1) Addressee (via e-mail) 106528003 Ldoc Park Drive at Adams December 7,2012 Carlsbad, California Project No. 106528003 REFERENCES California Regional Water Quality Control Board, San Diego Region, 2007, Water Quality Control Plan for the San Diego Basin (9): dated September 8, amended October 13. County of San Diego Department of Environmental Health, 2007, Site Assessment and Mitiga- tion 2007 SAM Manual, San Diego, California, Site Assessment and Mitigation Division. Geotracker website, 2011, http://geotracker.swrcb.ca.gov. Kennedy, M.R and Tan, S.S., 2008, Geologic Map ofthe Oceanside 30' X 60' Quadrangle, Cali- fomia, California Geologic Survey. Ninyo & Moore, 2009, Geotechnical Evaluation, Park Drive Pavement Repair, Carlsbad, Califomia, Ninyo & Moore Project No. 106528001: dated April 7. Ninyo & Moore, In-house proprietary information. Norris, RM. and Webb, R.W., 1990, Geology ofCalifomia, Second Edition: John Wiley & Sons, Inc. 106528003 Ldoc . , December 7, 2012 Park Drive at Adams ^ 106528003 Carlsbad, California ATTACHMENT A BORING LOGS 106528003 Ldoc cu X h- Q. LU Q 00 H O o LL. CO LU Dd I- W O 2 I / 10 15 xx/xx 9 sz. UL o CO 2 m Q > Cd Q _2fl- g H . < CO CO =3 o BORING LOG EXPLANATION SHEET Bulk sample. SM CL 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. MAJOR MATERIAL TYPF. fson )• Solid line denotes unit change. Dashed line denbteslnatenarchanger Attitudes: Strike/Dip b: Bedding c: Contact Joint f: Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Slide Surface sf: Shear Fracture sz: Shear Zone sbs: Shear Bedding Surface lhe total depth line is a solid Ime that is drawn at the bottom ofthe boring. BORING LOG Explanation of Boring Log Symbols PROJECT NO. DATE Sfw/ 22022 FIGURE U.S.C.S. METHOD OF SOIL CLASSIFICATION MAJOR DIVISIONS o CO ^ SYMBOL TYPICAL NAMES I Well graded gravels or gravel-sand mixtures, little or GRAVELS (More than 1/2 of coarse fraction > No. 4 sieve size SANDS (More than 1/2 of coarse fraction < No. 4 sieve size GP Poorly graded gravels or gravel-sand mixtures, little or no fines GM Silty gravels, gravel-sand-silt mixtures GC Clayey gravels, gravel-sand-clay mixtures SW Well graded sands or gravelly sands, little or no fines SP Poorly graded sands or gravelly sands, little or no fines SILTS & CLAYS Liquid Limit <50 SILTS «& CLAYS Liquid Limit >50 fflGHLY ORGANIC SOILS SM Silty sands, sand-silt mixtures SC Clayey sands, sand-clay mixtures .Inorganic silts and very fine sands, rock flour, silty or ^ clayey fine sands or clayey silts with slight plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays OL Organic silts and organic silty clays of low plasticity Inorganic silts, micaceous or diatomaceous fine sandy | ^ lor silty soils, elastic silts CH hiorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silty clays, organic silts Ft Ipeat and other highly organic soils GRAIN SIZE CHART RANGE OF GRAIN CLASSIFICATION U.S. Standard Grain Size in Sieve Size Millimeters BOULDERS Above 12" Above 305 COBBLES 12" to 3" 306 to 76.2 GRAVEL 3" to No. 4 76.2 to 4.76 Coarse 3" to 3/4" 76.2 to 19.1 Fine 3/4" to No. 4 19.1 to 4.76 SAND No. 4 to No. 200 4.76 to 0.075 Coarse No. 4 to No. 10 4.76 to 2.00 Medium No. 10 to No. 40 2.00 to 0.420 Fine No. 40 to No. 200 0.420 to 0.075 SDLT & CLAY Below No. 200 Below 0.075 t / / CH CU MH >OH / / CL-V ^ / &OL 10 20 30 40 LIQUID LIMFT (LL), % U.S.C.S. METHOD OF SOIL CLASSIFICATION Updated Nov. 2011 CQ H-O o U- co O _j CO LJ_ O CL CO z LU Q > Cd Q o I- . < CO o t CO DATE DRILLED 10/24/12 BORING NO. MW- GROUND ELEVATION 17'± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Scott's Drilling) (CME-55) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30;^ SAMPLED BY NMM LOGGED BY NMM REVIEWED BY FOM DESCRIPTION/INTERPRETATION 15 2Q_ ASPHALT CONCRETE: SM yVpproximately 5 inches thick. FILL: SC Brown, moist, medium dense, silty SAND. Brownish gray and brown, moist, loosed clayey"5 AND SM BAY DEPOSITS: Dark brovm to brown, moist to wet, loose, silty fine to medium SAND; few clay. Fewer fmes. Very loose. Total Depth = 15 feet. Groimdwater encountered at approximately 7 feet during drilling. Well installed shortly after drilling on 10/24/12. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORIA f Or » J ^ PROJECT NO. DATE FIGURE 106528003 12/12 A-1 QQ CO CQ CO 14 10- 13 15 14 DATE DRILLED 10/24/12 BORING NO. MW-2 < CO SM CL GROUND ELEVATION 13' +(MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Scott's Drilling) (CME-55) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP W SAMPLED BY NMM LOGGED BY NMM REVIEWED BY DESCRIPTION/INTERPRETATION FOM A<;PWAT.T/CONCRETE: FILL: Brown, moist, loose, silty SAND; trace gravel; roots. DSkT)fovm,lnmsTto'\\^t7fiimloltE^^ sandy CLAY. Stiff CL+SM SC Saturated. Brown to dark brown, saturated, very stiff, sandy CLAY with silty SAND. YeTlowlshgray to gray, saturated, medium dense, clayey SAND. PARK DRIVE WATER PIPELINE CARLSBAD, CALIFORIA CO UJ 1Z> < ^ ' CO UJ _ Q 1-5 CO I-O O LL. s o OQ UJ Ql \-CO O li. o CL CO z LU Q Od Q DATE DRILLED O OQ >- CO z o I- . p CO o 10/24/12 BORING NO. MW-2 GROUND ELEVATION 13'± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Scott's Drilling) (CME-55) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30" SAMPLED BY NMM LOGGED BY NMM REVIEWED BY DESCRIPTION/INTERPRETATinM FOM 16 CL BAY DEPOSITS: (Continued) I Dark brown, saturated, very stiff, sandy CLAY. [TotalDepth = 21.5 feet. ' I Groundwater encountered at approximately 9 feet during drilling Well installed shortly after drilling on 10/24/12. I Note: Groundwater may rise to a level higher than that measured in borehole due to [ seasonal variations in precipitation and several other factors as discussed in the report. 25- 30 35 ML BORING LOG PARK DRIVE WATER PIPELINE CARLSBAD. CALIFORIA PROJECT NO. 106528003 DATE 11/12 FIGURE Park Drive at Adams Carlsbad, California December 7,2012 Project No. 106528003 ATTACHMENTS WELL CONSTRUCTION DIAGRAMS 106528003 Ldoc MONirOBINCa WELL. NO: MW-1 COMPLETION '>'^lt: 10/24/12 8" 1 t 2' 3' 14.0' BTOC 15.0' BTOC r DIAMETER, VVATER TIGHT LOCKING VVEl. L CA/> R.AFFIC-RATED WELL COVER CONCRETE (4000 PS!j BENTONITE GROUT 2' DIAMETER. SCH. 40, BLANK PVC CASING BENTONrrE SEAL (BENTONITE CHIPS HVDRATED WITH 5 GALLONS OF WATER) Not fo Scaie r MINIMUM -J j^lO"-^ 2" DIAMETER, SCH 40 0.020' SLOTTED PVC CASING //3M0NrEREYSAND THREAOED OM ENO CAJ^ TD. 15 FEET MONITORING WELL CONSTRUCTION DIAGRAM I rnUJbC 1 NO. 1 106528003 DATE 12/12 PARK DRIVE AT ADAMS CARLSBAD, CALIFORNIA FIGURE B-1 MONITORING WELL NO.: MW-2 , \ COHCHEIE MOOOPSI] BENTONITE GROUI I—io"H AMETER. WATER TIGHT LOCKING WELL CAP TRAFFIC^RATED WELL COVER 2" DIAMETER, SCH. 40, BLA.NK PVC CASING BENTONITE SE.AL (BENTONITE OHiPS HYDRATED WITH 5 GALLONS OF WATER) 2'D!AMt!ER, SCH 40. 0.020' SLOTTED PVC C'^SiNG ^3M0NTERerSAND THREADED OM tiNu CAP D, 15 FEET MONITORING WELL CONSTRUCTION DIAGRAM PARK DRIVE AT ADAMS CARLSBAD. CALIFORNIA FIGURE B-2 r^thnTrf""' December 7, 2012 Carlsbad, Cahfornia Project No. 106528003 ATTACHMENT C GROUNDWATER FIELD SAMPLING DATA SHEET 106528003 Ldoc awm*wt«» SiMBpltog »•»« She** ect Name: Project No.: Park Drive Wells 106528003 Date: | Checked by: Site Location By: NMM License #: Monitoring Well ID: MW-1 Casing Diameter: 0 2" U 4" U 6" LJ OtHer Total Depth (ft-TOC^ (A) LNAPL Observed Depth to Water (ft-TOC): (B) 2'VB^-0^^^gm = (D^ or Static Water Level (SWL) 4"/9-1.31 G/Fr^(D 478'/r= i.i8G/n--(i^) ^'"^'^^ u • uwf (C-\ <l 4'710%"-1.56G/FT = (D) Water Colainn Height (feet) (<-) ^ ,„.^n.-r rm • - - A"I\T = 1.96 G/FT^(P) Park Drive at Cove Drive oiki^Tto HSCH40-PVC • Other: S, Steel • Yes No DNAPL Observed . / . LNAPL/DNAPL • Yes- N/A No (ft) >^ 1.5-(E) mi (1.5 borehole volume) _ Heron Dipper T Cleaned • Hand Bailer Cleaned Wa,e,- Uve: Mmuremen. Equip: U Heron H. OIL W U Water L,„e Me.h«lU^ove3BV,sampteatoweUrecovers.g^ofa^^ _ ^ PURGING INFORMATION Time (24 hr) Coiiuncnis (colttr,iKlor,shco>, lie.) Depth to Water After Purging (ft) Max. Drawdown: (•') ri]viE(24 IIRT Total Purged Water: (gal) Time Fini.shed Purging: 10_1. RESIDUAL DRAWDOWN (ft) Ifl nVVYU TO WATER (ft 111 HI PERCENT RECOVERY Sampling Method/equipment New Bailer with string Sampled By: f4 hr\ Sample Time: \ o ."^^-^rx Sample ID: /^^)^\ SAMPLING INFORMATION PARAMETER USEPA METHOD CONTAIN ERSA'OLUM EmTE (VOA/Glass/Plastic) PRESERVATIVES mrroVERY CALCULATIONS A-B = C- G,-B = H,; F-B = J; xlOO = l.-l I ^.,20 = % recovery in 2 hi-s.; 80% Recover = SWL + (0.2)(lVlaximiim Drawdown) r,. - r. 106564013 GW Field Data Sheet Park Drive at Adams ^ , ^ Carlsbad, California p . ^'^r^^!,!;^^}^ Project No. 106528003 ATTACHMENT D ANALYTICAL REPORTS AND CHAIN-OF-CUSTODY DOCUMENTATION 106528003 Ldoc American EnvironmentaLJe^^ 2834 & 2908 North Naomi street Durbank,CA 91504 • DOHS NO: 1541.LACSDNa 10181 Tert88r288-AETL • (818,845-8200 • Fax: (818) 845-8840 • v^w.aetlab.co. Ordered By Telephone: (858)576-1000 Attention: Frank Moreland KxuBbdr ot Pages 10 Date Received 11/02/2012 Date Reported 11/19/2012 67363 "order Pate Client' TT/02/2012 I NINY02 Project ID: 106528003 Project Name: Park Drive Wells Site: Park Drive at Cove Drive Carlsbad, CA Enclosed please find results of analyses of 1 water sample Enclosea pxe gr^ecified on the attached chain of which was analyzed as speciriea u ^ ^ , hesitate to custody. If there are any questions, please do not hesitate call. Checked By: Approved By; Cyrus Razmara, Ph.D, Laboratory Director American Environmental Testing Lahoratorv Inc. 2834 & 2908 North Naomi Street, Btiibaiik,CA 91504 • DOHS NO- 1541 LArSnNn. ini». Tel: (888) 288-AETL • (8,8) 845-8200 • Fa.: (818) 845-8840 • w!™aeflab.to^ u.., rK,N, WHITB • U^oratory. CANARY • Laboratory. P,NK - Pro,eo./Acccun. ManajJV^L^-TsampVerXa.^ Gbhf; ! 2! B Psef sf e! Cz American Environmental Testing Laboratory Inc. ™08NorthNaomiStreetBurbanR,CA9l504 • DOHS NO: .541. LACSD NO: .0181 Tel- (888) 288-AETL • (818)845-8200 • Fax: (818) 845-8840 • w^vvv.aetlab.com Tbot^fh^-i DBF: 3234. Uf rrfqi pof; 1) 969*687. 2111 Buuf ouj po; ! Gsbol ! Npsf ntoe ICfepkfdulJE; 1217639114 ! Ebuf! Sf df i vwf et! 1 2201303t23 I Ebuf 1 Sf qpsuf e! 11 2202: 03123 Kpcto/ncfs Psef St Ebut DR) f OU CUQZPS !!!78474 2201303123 DR) f OU CUQZPS DFSUJGJDBUF! PQ BCBWJJT DBTF! OBSSBUJVNF BRUM sf df j wf e! 2 ! t bnqnf t! xj ui ! ui f! gprrnpxj oh! t qf dj gj dbuj po! po! 2201303123/ M3C! JE 78474/12 Tbnqrrf IJE NX. 2 Tbnqnrf I Ebuf 2201303123 Nbus] y Br vf pvt RUZ! pg! Dpoub] of st^ T U f. t bnqnf t! xf sf 1 bobnz( f el bt! t qf dj gj f el po! ui f! f odnpt f e! di bj o! pg! dvt upez/ bobll^llj dbm opo. dpogpsnbodf t! xf sf! f odpvouf sf el • fdlfelGz; Bqqspwf e! Cz; Dzsvt!Sb{nbsb-!a/B M)cpsbupsz! Ej sf dups Psef sf e! Ninyo & Moore 5710 Ruffin Road 92123- Uf rrfqi pof ;! ) 969*687. 2llT~ Buuo; !!!!!! Gsbol I N^Dsf rrboe Qbhf 3 Qspkf du! JE; Cfepkf du! ODDf; American Enviromnental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO- 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 * vvww.aetlab.com ANALYTICAL RESULTS _ Tj uf Park Drive at Cove Drive Carlsbad, CA 217639114 Gbsl ! Esj wf! Xf rrrrt BFUM Kpc! O/ncfs TvcnJ uuf e Dnj f OU 78474 22013(33123 CUGZP3 'V WA'.f: uij 1 OU! 1 uiiqm ! J/ izJ " 1 IA. t . f 1 TTL,. ^ ^ C _ ~—~~ ~~ — . Method Blank MW-1 tbuf! Tbnqrrf e 2201303123 2201303123 Aqueous Aqueous 1 Bobrrzuf t fc/ Gl 1 M Ul pe Vbj ut MDL . PQL Analyzed Sf t vnfut Sf t vmjt Hardness (Ca.Mg) as CaC03 130.2 mg/L 1! I! 2 I ! i I 3 2201803123 I 1 ! i CE ! I 821 Arsenic (Totai) 200.7 mg/L I!!! 1/ 16 Mi! 1/21 2201703123 ! ! ! ! CE ! M ! CE Selenium 200.7 mg/L I!!! 1/16 ! I ! ! 1/21 2201703123 i ! ! ! CE ! ! ! ! CE Nitrate as Nitrogen 300.0 mg/L I ! ! ! 1/13 I ! ! 1 1/31 2201303123 i ! ! ! CE ! I ! ! 3/ 31 Nitrite as Nitrogen 300.0 mg/L ! ! ! ! 1/13 ! ! i ! 1/31 2201303123 M i ! CE ! ! i I CE Phosphorus 300.0 mg/L I!!! 1/ 13 ! i ! ! 1/31 2201303123 ! M ! CE ! ! i ! 1/1: 7K Sulfate 300.0 mg/L ! M ! 1/13 ! ! ! ! 1/31 2201303123 I M ! CE i ! 655 Ammonia as Nitrogen 350.3 mg/L ! ! ! 11/16 ! ! ! ! 1/21 2201703123 ! ! ! 1 CE I i ! ! CE Nitrogen, Total Kjeldahl 351.3 mg/L II! 11/ 16 i I I ! 1/21 2201903123 I ! ! ICE ! I M CE Oxygen 360.2 mg/L I Ml 1/ 16 I ! ! ! 1/21 2201303123 I ! ! ! CE I!I!3/62 Biochemical Oxygen Demand (BOD) 405.1 mg/L il !!6/1 ! ! ! I 6/1 2201303123 ! i ! ! CE ! ! ! 32/4 Coliform, total SM-9221A-D MPN/100 mL i I ! ! 3/ 1 ! I ! ! 3/ 1 2201703123 ! ! I CB I ! 38/ 1 Coliform, fecal SM-9221A-E MPN/100 mL ! ! ! 3/ 1 ! ! ! ! 3/ 1 2201803123 ! ! ! CB ! ! ! CE Psef sf e! Cz American Environmental Testing LaboratorxJnc. 2834 & 2908 North Naomi street Burbank, CA 91504 • DOHSNO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL . (818)845-8200 . Fax:(818) 845-8840 • www.aetlab.com OT TALTTY CONTROL RESULTS ffuf Ninyo.& Nfoote San mM:feA 9^23- . Telephone: (858)576-1000 Attn: Frank Moreland Page: 4 Project ID: 217639114 Project Name: Gbsl ! Esj ^A/f! Xf mrt Park Drive at Cove Drive Carlsbad, CA BFUM Kpc! Qmcfs 78474 Tvcnj uuf e~~ "2201303123" Method: 130.2, Hardness QC Batch NO: 110712-1; Dup or SplKod Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/07/2012; QC Analyzed: 11/07/2012; Units: mg/L Anaiytes Sample Result MS Concen 1 O -1 / i MS Recov MS % REC ! 211 MS DUP Concen ! 31/1 MS DUP Recov 691 MS DUP % REC ! 211 RPD % ! =2 MS/MSD % Limit !91.231 MS RPD % Limit ! ! =31 Hardness (Ca,Mg) as CaCOS QC Batch No: 110712-1; Dup c 671 >r Spiked S ! 0 1/ 1 ample: 673 56.01; LCS Un : Clean Wc ts: mg/L Iter; QC Pr epared:11 W7/2012; G IC Analyze d: 11/07/20 12; AiMdytes ^ Hardness (Ca,Mg) as CaCOS LCS Concen 1 31/1 LCS Recov ! 31/1 LCS % REC ! 211 LCS/LCSD % Limit ! 91. 231 Psef sf e! Qz Ninyo & ^^ore San XSego,CA 92123- American Enviromnental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbaiik, CA 91504 • DOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com QUALITY CONTROL RESULTS Tj uf Telephone: (858)576-1000 Attn: Frank Moreland Page: 5 Project ID: 217639114 Project Name: Gbsl ! Esj wf! Xf rrrrt 1 BPUW KpclO/ncf s Tvcnj uuf e ••.mm: 1 78474 220i36fl23 CUCZP3 Method: 200.7, Total Arsenic QC Batch No: 1105122C2; Dup or Spilced Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/05/2012; QC Analyzed: 11/06/2012; Units: mg/L Analytes Sample Result MS Concen MS Recov MS % REC MS DUP Concen MS DUP Recov MS DUP % REC RPD % MS/MSD % Limit MS RPD % Limit Arsenic (Total) 1!1/11 !! 2/11 1 ! 1/94: ! ! ! 94/: !! 2/11 1!1/942 I ! ! 94/ 2 ! =2 191.231 ! I =26 QC Batch No: 1105122C2; Dup or Spiked Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/05/2012; Units: mg/L QC Analyz 9d:11/06/2 012; AnaiytDS LCS Concen LCS Recov LCS % REC LCS/LCSD % Limit Arsenic (Total) 112/11 !! 1/994 ! I! 99/ 4 ! 91. 231 Psef sf e! Cz [Ni American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi street Burbank, CA 91504 • DOHSNO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com OUALITY CONTROL RESULTS Tj uf Park Drive at Cove Drive Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 6 ProjectID: 217639114 Project Name: Gbsl ! Esj wf! Xf mrt BFUM Kpc! Q/ncf s Tvcnj uuf e Dnj f OU 78474 2201303123 OiOZPS Method: 200.7, Total Selenium QC Batch NO: 1105122C2; Dup or Spiked Sample: 67356.01; LCS: Clean Water; QC Prepared: 11/05/2012; QC Analyzed: 11/06/2012; Units: mg/L AiMi^te«^ Sample Result 1 1 i / 1 i MS Concen 119/11 MS Recov ! i1/981 MS % REC ! ! 1 98/1 MS DUP Concen !! 2/11 MS DUP Recov ! ! 1/981 MS DUP % REC I ! I 97/ 6 RPD % =2 Selenium QC Batch No: 1105122C2; Dup ! ! 1/ II or Spiked. I l £.1 II Sample: 67 356.01; LC Un S: Clean W ts: mg/L fater; QC P repared: 1 1/05/2012; QC Analyz 5d: 11/06/2 012; Analytes j Selenium LCS Concen 112/11 LCS Recov 111/: 31 LCS % REC 11 ! : 3/1 Psef sf e! Cz American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHSNO: 1541, LACSD NO- 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 vvww.aetlab.com OUALITY CONTROL RRSUI TS Tj uf Telephone: (858)576-1000 Attn: Frank Moreland Page: 7 ProjectID: 217639114 Project Name: Gbsl ! Esj wf! Xf mrt Paric Drive at Cove Drive Carlsbad, CA 78474 2201303123 CU(5z^3 Method: 300.0, Determination of Inorganic Anion in water by, IC QC Batch No: 110212-1; Dup or Spiked Sample: 67355.01; LCS: Clean Water; LCS Prepared: 11/02/2012; LCS Analyzed: 11/02/2012; Units: mg/L Anaiyt^ LCS Concen LCS Recov LCS % REC LCS DUP Concen LCS DUP Recov LCS DUP % REC LCS RPD % REC LCS/LCSD % Limit LCS RPD % Limit Nitrate as Nitrogen I ! 3/11 113/11 1 211 113/11 113/15 1213 ! ! 3/ 1 ! 91.231 !!!=31 Nitrite as Nitrogen 1! 3/11 !! 2/: 6 ! 1! : 8/ 6 ! 13/11 I! 2/: : !!!: :/6 ! ! 3/ 1 ! 91.231 !!I=31 Phosphorus ! ! 3/11 ! ! 21 8: ! !1 9: /6 i ! 3/ 11 I ! 2/ 95 lii: 3/1 ! ! 3/9 ! 91.231 !1!=31 Sulfate ! 31/1 i 28/9 !!i9:/1 I 31/1 i 29/3 ! i 1: 2/1 i i 3/3 i 91.231 !!i =31 Psef sf e! Cz American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi street Burbank, CA 91504 • DOHSNO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • vvww.aetlab.com QUALITY CONTROL RESULTS Tj uf Park Drive at Cove Drive Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 8 ProjectID: 217639114 Project Name: Gbsl ! Esj wf! Xf mrt f BFUM KpC! O/ncf s Tvcnj uute Drt} f OU 1 78474 2201303123 QJ0ZP3 Method: 350.3, Ammonia as N, Potentiometric, ISE (EPA/600/4-79-020) QC Batch NO: 110612-1; Dup or Spiked Sample: 67363.01; LCS: Clean Water; QC Prepared: 11/06/2012; QC Analyzed: 11/06/2012; Units: mg/L AnatytM Sample Result 1 1 4 1 .i ^ MS Concen 1 i i / 1^1 1 MS Recov !!1/578 MS % REC ! !! : 4/ 5 MS DUP Concen i ! 1/611 MS DUP Recov !!1/ 592 MS DUP % REC ! ! ! : 7/ 3 RPD % ! i 4/1 MS/MSD % Limit !91.231 MS RPD % Limit ! ! =26 Ammonia as Nitrogen QC Batch No: 110612-1; Dup c I! 1/ n >r Spiked S ] I 1 / O 1 1 ample: 673 63.01; LCS Un >: Clean W< ts: mg/L Iter; QC Pr epared:11 r06/2012; G IC Analyze d: 11/06/20 12; Analytes Ammonia as Nitrogen LCS Concen !! 1/611 LCS Recov i ! 1/ 5: 3 LCS % REC ! !I : 9/ 5 LCS/LCSD % Limit 191.231 Psef sf e! C;z Ninyo &Mooi«r 5710 RiifBji Road San bi^o^CA 92123- American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHSNO: 1541, LACSD NO- 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com QUALITY CONTROL RFSULTS: Tj uf Telephone: (858)576-1000 Attn: Frank Moreland Page: 9 ProjectID: 217639114 Project Name: Gbsl! Esj wf! Xf mrt 78474 2201303123 QJdZP3 Method: 351.3, Nitrogen, Kjeldahl (EPA/600/4-79/020) QC Batch No: 110812-1; Dup or Spiked Sample: 67363.01; LCS: Clean Water; QC Prepared: 11/08/2012; QC Analyzed: 11/08/2012- Units: mg/L Analytes Nitrogen, Total Kjeldahl Sample Result ! 1 1/11 MS Concen ! 11/611 MS Recov I! 1/5: 1 MS % REC I I!: 9/1 MS DUP Concen 1 11/ fii1 MS DUP Recov 1 1 i / SZGC MS DUP % REC RPD % MS/MSD % Limit MS RPD % Limit QC Batch No: 110812-1; Dup <. )r Spiked S ample: 673 63.01; LCS Un >: Clean Ws ts: mg/L ! ! 1/ U 1 i iter; QC Pr ! ! 1/ ODD epared:11 I!!: 2/ 1 /08/2012; C I ! 8/5 IC Analyze 191. 231 d: 11/08/20 11=26 12; Analytes Nitrogen, Total Kjeldahl SM Result ! 1 ! CE SM DUP Result !! ICE RPD % 1=2 SM RPD % Limit I! =26 LCS Concen ! 11/611 LCS Recov !! 1/592 LCS % REC li!: 7/ 3 LCS/LCSD % Limit 191. 231 Psef sf e! Cz. American Enviro^^ S^TI^^^^Ti^^^^^ 1541, LACSD NO: 10181 ref (888) 288-AETL . (818)845-8200 . F-^: (818) 845-8840 • www.aetlab.com OTTALTTY CONTROL RESULTS Tj uf Park rWve at Cov^ Drive Carisbad, CA Psef sf e! c:;z Ninyo & Moore 5710 Ruffin Road San Diego. CA 92123- American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • DOHS NO: 1541, LACSD NO- 10181 Tel: (888) 288-AETL . (818) 845-8200 .Fax:(818) 845-8840 • www.aetlab.com OUALITY CONTROL RRST TT T.s Tj uf Telephone: (858)576-1000 Attn: Frank Moreland Page: 21 ProjectID: 217639114 Project Name: Qbsl ! Esj wf! Xf mrt 78474 2201303123 (xiolPZ Method: 405.1, Biochemical Oxygen Demand, 5 days, 20C (EPA/600/4-79-020) QC Batch NO: 110212-1; Dup or Spiked Sample: 67355.01; LCS: Clean Water; LCS Prepared: 11/02/2012; LCS Analyzed: 11,02/2012; Units: mg/L Analytes Biochemical Oxygen Demand (BOD) SM Result !! I OE SM DUP Result RPD % SM RPD % Limit I I =26 LCS Concen 2: 9 LCS Recov 325 LCS % REC ! 219 LCS/LCSD % Limit ! 91. 231 American Envirogment^^ ~ . t r'AQl'in4.DOHSNO:1541.LACSDNa 10181 Data Qualifiers and Descriptors Data Qualifier: #: *: B: D: E: H: M: MCL: NS: S6: S8: X: Recovery is not within acceptable control limits. IntheQC section, sample resuI.havebe.„tak.ndtao«yfro.«>eICPxeading.Noprepara.io„ been applied. Analyte was present in the Method Blank. Result is from a diluted analysis. Result is beyond calibration limits and is estimated. «swa3perfo™adov.theallowcdho,di„gtoedueu>o—ceswhic^ control. Detection Limit (MDL) and the Practical Quantitafon Limtt (PQL). Mat.x.p^erecovet. is outsidecontroiltatiuduetontatrixiMc^tence. Laboratory controls was acceptable. Maximum Contaminant Level No Standard Available Surrogate recovery is outside control limits due to matrix interference. The analysis ofthe sample required a dilution method acceptance criteria. Results represent LCS and LCSD data. such that the suiTogate concentration was diluted beloW the Definition: %Limi: %REC: Con.L: Conce: LCS: MDL: Percent acceptable limits. Percent recovery. Acceptable Control Limits Added concentration to the sample. Laboratory Control Sample .X . .T.t..tin.Tirnit is a statisticaUy derived number wWch is specific for each instnmient,e^^^ ^ggjlgggjgnv^^ Laboratory Inc. ^el^tsTlSs''^''^ 91504-DOHS NO: 1541.LACSDNa 10181 Tel. (888) 288-AETL - (818) 845-8200 • Fax: (818) 845-8840 • www.aeUab.com Data Qualifiers and Descriptors MS: MS DU: ND: PQL: Recov: RPD: Matrix Spike Matrix Spike Duplicate Analyte was not detected in the sample at or above MDL. Practical Quantitation Limit or ML (Minimum Level a«! riM-Rwrkr«T3\; *i, • • u^^. J x. , ^ ^^^'^P^^*^QCB) IS the mmmium concentration that can ."z:"i:tdT^r'""'°"^^"^ Recovered concentration in the sample. Relative Percent Difference December 7, 2012 Park Drive at Adams Project No. 106528003 Carlsbad, California ATTACHMENT E GROUNDWATER ELEVATION DATA 106528003 Ldoc UJ cc CD LU CO CO cd cd cd cd cd cd CD cd cd <D (0 < o CNI CM Od ca UJ > o 2 Q Ui Q 2 UJ Q 2 < O. to o T- CM CM Q: UJ 03 5 O 2 CD UJ 03 CO f-2 UJ UJ DC Z3 W 25 i Z o i UJ LU or LU I z o CD 01 I I" 5 2 Is 111 CJ >Q Dd< CO UJ a CO g 00 CM to TOP JPOdS C008ZS90ri.-3 UJ CD CM I LU CM I ^ ^ TJ- ^ ^ (0 (0 E 5 < CO CO a: UJ m UJ > O 2 Q Ol D 2 UJ Q 2 < :E CL in -a-CM CM DC UJ OQ UJ 2 2 < CD Ul CO 2 UJ UJ Q: 3 03 S5 UJ LU Ul O QO <tt i_ —I <.< o go a:< Q CD v' a> Ul o Ul QC C5 (jaaj) jajBM oj iftdaa TOr Jp3dS~C008ZS90l k3 'jeycecnn>cer» unci £nv»f«?nmen(dl Scenres Con$uitrff>fv October 17, 2012 Project No. 106528001 Ms. Sherri How^ard, PE Associate Engineer City ofCarlsbad 1635 Faraday Avenue Carlsbad, Califomia 92008 Subject: Updated Geotechnical Evaluation Park Drive Pavement Repair Carlsbad, Califomia Dear Ms. Howard: In accordance with your authorization, we have performed a geotechnical evaluation for the repair of the distressed pavement along a portion of Park Drive that was affected by a water line break. The subject pavement is located near the intersection between Park Drive and Adams Street in Carlsbad, California. This report presents our geotechnical findings and repair recommendations for the project. We appreciate the opportunity to be of service on this project. ^^^^ Sincerely, NINYO & MOORE Kenneth H. Mansir, Jr., PE, GE Principal Engineer BTM/JTK/FOM/KHM/gg Distribution: (3) Addressee 5710 Ruffin Road • San Diego. CaJifbmia 92123 - Phone (858) 576-1000 • Fax (858) 576-9600 San Diego « Irvine • Los Angeles - Rancho Cucamonga • Oakland • SanRandsco • Sacramento Lasvegas • Pno^ix • Tucson • pnesjoitvafl^ • Daiver • BPaso • Houston 25 Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 TABLE OF CONTENTS ''age 1. INTRODUCTION 1 2. SCOPE OF SERVICES 1 3. SITE DESCRIPTION... 2 4. PROJECT BACKGROUND 2 5. SUBSURFACE EXPLORATION 2 6. FIELD OBSERVATIONS 3 7. LABORATORY TESTING 3 8. SUBSURFACE CONDITIONS 4 8.1. Fill 4 8.2. Alluvium 4 8.3. Excavation Characteristics 4 8.4. Groundwater 4 9. CONCLUSIONS 5 10. RECOMMENDATIONS 5 10.1. Removals 5 10.2. Subgrade Preparation 6 10.3. Asphalt Concrete Repair Pavement Section 6 10.4. Concrete Flatwork 7 10.5. Site Drainage 7 10.6. Corrosion 8 10.7. Concrete 8 10.8. Construction Observation 9 11. LIMITATIONS 9 12. REFERENCES 11 Table Table 1 - Recommended AC Repair Pavement Section 7 Figures Figure 1 - Site Location Figure 2 - Core Location Appendices Appendix A - Core Logs Appendix B - Laboratory Testing 106528001 RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 1. INTRODUCTION In accordance with your authorization and our proposal dated January 7, 2009, we have per- formed a geotechnical evaluation for the repair of the distressed pavement along a portion of Park Drive that was affected by a water line break. The project study area includes the asphalt concrete (AC) pavement along Park Drive from its intersection with Adams Street to approxi- mately 400 feet southeast of this intersection within the City of Carlsbad, Califomia (Figure 1). The purpose of this study was to evaluate the conditions of the AC pavement and the underlying subgrade as well as provide repair recommendations. 2. SCOPE OF SERVICES Ninyo & Moore's scope of services for this project included review of pertinent background data, performance of a subsurface evaluation, and engineering analysis with regard to the pro- posed project. Specifically, we performed the following tasks: • Reviewing of readily available published geotechnical literature, includmg geologic maps, topographic maps^ utility plans, and aerial photographs. • Performing a site reconnaissance to observe and document existing pavement conditions and to mark the locations of our subsurface exploration. • Obtaining approval of traffic control plans fi-om the City of Carlsbad. • Contacting Underground Service Alert (USA) to clear the subsurface exploration locations for conflicts with buried utilities. • Performing a subsurface exploration consisting of the coring, excavating, logging and sam- pling of three pavement cores within the AC pavement section along Park Drive. Bulk soil samples of the subgrade materials were obtained at selected intervals from the cores for geo- technical laboratory testing. • Patching the core locations with black-dyed concrete. • Performing geotechnical laboratory testing on selected soil samples to evaluate design parameters. 106528001 RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 Compiling and analyzing the data obtained from our background review, site reconnais- sance, subsurface exploration, and laboratory testing. Preparing this report presentmg our geotechnical findings and repair recommendations for the project. 3. SITE DESCRIPTION The project site is located just north of Agua Hedionda Lagoon in a residential area along Park Drive. The specific project study area consists of the AC pavement section from the intersection between Park Drive and Adams Street and extending southeast along Park Drive approximately 400 feet south (Figure 2). In this location Park Drive is generally trending in a northwest- southeast direction while Adams Street is generally going in a northeast-southwest direction. The project area is slopes to the southeast with roadway drainage being diverted to the curbs-and- gutters along the edges of Park Drive. The surface improvements in the area generally consist of an AC roadway with associated concrete sidewalks, curbs-and-gutters, and cross gutters. 4. PROJECT BACKGROUND Based on discussions with City of Carlsbad personnel, we understand that a water line break oc- curred on January 6, 2009 at the intersection of Park Drive and Adams Street. As a result of the water Ime break, water was observed to be flowing from cracks withm the AC pavement of Park Drive just south of its intersection with Adams Street. Subsequent to the water line being shutoff, several cracks and areas of upheaval and depression were observed within Park Drive. Specifically, a significant amount of upheaval was observed at the joint between the concrete curbs-and-gutters and the adjacent AC pavement. 5. SUBSURFACE EXPLORATION Our subsurface exploration was conducted on Febmary 24, 2009 and consisted of excavating three pavement cores (C-l, C-2, and C-3). The AC pavement at the core locations was extracted using a core machine equipped with a 10-inch diameter barrel. Once the AC pavement was re- moved, a boring was manually excavated to depths up to approximately 4-1/2 feet. Bulk soil 106528001 RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, California Project No. 106528001 samples were obtained from within the cores at selected intervals. These samples were then transported to our in-house geotechnical laboratory for testing. The approximate locations ofthe exploratory cores are shown on Figure 2. Logs of the cores are included in Appendix A. 6. FIELD OBSERVATIONS On February 24, 2009, we also performed a reconnaissance of the project site to observe and document the existing conditions. During the reconnaissance, we made the following observa- tions in regards to the AC pavement and the adjacent sidewalks and curbs-and-gutters. The photographic documentation is located in our file and is available for review upon request: We noted that the AC pavement along the joint with the curbs-and-gutters had been uplifted as much as 5 inches at the southwest comer of the intersection of Park Drive and Adams Street. Several of these locations had been ground down to lessen the impact ofthe uplifted AC pavement on traffic. Several longitudmal, transverse, and alligator cracks up to 3/8-mch wide with vertical off- sets up to 1/2-inch vertical offset were observed within the AC pavement. Several separations had developed within the AC pavement along the trenches for previ- ously installed underground utilities. Depressions and uplift on the order of 2 inches was observed between the trench patches and the adjacent roadway. Vertical separations of approximately 2 inches were observed between sidewalk panels lo- cated at the southwest comer of the intersection of Park Drive and Adams Street. During the excavation of core C-l, a void and loose material was encountered within be- neath th^ AC section. The void was approximately 3/4-inch to 1-inch wide and the slough material was approximately 1-1/2 inches thick. 7. LABORATORY TESTING Soil samples that were collected from within our cores were transported to our in-house geotechni- cal laboratory for testing purposes. Laboratory testing included an evaluation of grain size (sieve) analysis, soil corrosivity, and R-value. The laboratory test results are presented in Appendix B. 106528001 RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 8. SUBSURFACE CONDITIONS The geologic units encountered within our cores C-l through C-3 included fill material and allu- vium. A generalized description ofthe earth units encountered during our subsurface exploration is provided in the subsequent sections. More detailed descriptions of the subsurface units are provided on the core logs in Appendix A. 8.1. Fill Fill materials, including base and subgrade materials, were encountered within cores C-l and C-2 from below the AC pavement to the depths explored of approximately 2.3 to 3.3 feet, respectively. Base materials encountered within core C-l consisted of brown, moist, medium dense, silty sand. The fill subgrade soils encountered within core C-l and C-2 con- sisted of brown, damp to moist, medium dense, silty and clayey sand. 8.2. Alluvium Alluvium was encountered within core C-3 underlying the AC pavement to the depth ex- plored of approximately 4.5 feet. As encountered, this material generally consisted of brown, moist, medium dense, silty sand. 8.3. Excavation Characteristics Based on the cores performed as part of our subsurface exploration and our experience with sunilar materials, the excavation of the underlying materials will be feasible with heavy- duty excavation equipment in good working condition. 8.4. Groundwater Groundwater was not encountered within the cores performed for our subsurface explora- tion. However, due to the recent water line break, zones of perched water beneath the AC and within utility trenches are anticipated to be present. 106528001 R Update.doc Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 9. CONCLUSIONS Based on discussions with the City of Carlsbad personnel and the findings from our evaluation, sig- nificant distress to the AC pavement along Park Drive was caused by the recent water line break. Accordingly, the following geotechnical issues should be considered during the repair efforts: • Due to the significant distress to the AC pavement along Park Drive from the water line break, recommendations for removal and replacement of the existing pavement section and some sidewalk panels are presented herein. Remedial grading of the subgrade soils are also presented in the following sections. • During repair efforts, the contractor should anticipate encountering perched water and wet, soft soil conditions. • On-site materials may be reused as engineered fill provided they are moisture conditioned (i.e. aerated) to near optimum moisture content. However, existing base materials are not considered suitable for reuse within the new aggregate base layer for the reconstmcted pavement section. 10. RECOMMENDATIONS Based on our findings and experience, it is our opinion that shallow subsurface soils beneath the AC pavements provided a permeable avenue for water leaking from the water line break. The water has caused migration of soils, created voids beneath the pavement, and led to loss of sub- grade support for the pavement. The water damage has resulted in settlement of the underlying soils, settlement of sidewalks, and upheaval of the AC pavement. Further changes to the site due to settlement and heaving may result in additional ponding areas within the site improvements. Accordingly, we are providing recommendations for the removal and replacement ofthe existing distressed AC pavement section. 10.1. Removals We recommended that removals include the existing distressed AC, the underlying base ma- terials, and unsuitable subgrade soils to the lateral extents of the study area shown on Figure 2. The upper 18 inches of subgrade soil is generally considered unsuitable in its cur- rent condition. However, depending on the conditions exposed during the repair operations, the depth of unsuitable subgrade soils may be deeper. 106528001 RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 Site preparation activities should begin with the sawcutting and removal ofthe existing dis- tressed AC and underlying base materials. The removed AC should be disposed of off-site. Underground utilities located within the proposed limits of repair should be located and are the responsibility of the contractor. 10.2. Subgrade Preparation Following the removal of the distressed AC, the underlying base materials, and the upper 18 inches of subgrade material, the resulting surface should be evaluated by our field represen- tative. Based on the exposed field conditions, deeper removal may be recommended due to soft or pumping conditions. Unless otherwise recommended, the exposed surface should be scarified 6 inches, moisture conditioned, and compacted to 90 percent relative compaction as evaluated by ASTM Intemational (ASTM) Test Method D 1557. Subsequent fill and base materials should be placed in horizontal lifts approximately 8 inches m loose thickness and compacted to 95 percent relative compaction as evaluated by ASTM D 1557. We anficipate that shallow utilities may impact the ability to perform deeper removals, or wet soils may be present at depth. Due to utility conflicts where deeper removals are not feasible, we recommend that the subgrade preparation be supplemented with geogrid rein- forcement and additional aggregate base materials. Geogrid reinforcement (such as Mirafi HP570 or its equivalent) should be placed over the fiill area of the removal surface m order to bridge inadequate subgrade soil conditions. Subsequent to geogrid placement, the re- moved subgrade soils should be replaced with aggregate base materials compacted to 95 percent as evaluated by ASTM D1557. 10.3. Asphalt Concrete Repair Pavement Section Laboratory testing that was performed on a representative sample of the on-site soils indi- cated an R-value of 49. For design purposes, we have considered the street a collector and have used a Traffic Index of 6.0 in accordance with the City of Carlsbad Engineering Stan- dards (2008). The recommended AC repair pavement section is as follows: 106528001 RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 Table 1 - Recommended AC Repair Pavement Section R-Value Traffic Index Asphalt Concrete (inches) Class 2 Aggregate Base (inches) 49 6.0 4 6 We recommend that the upper 12 inches of the subgrade and the aggregate base materials be compacted to a relative compaction of 95 percent as evaluated by ASTM D 1557. We rec- ommend that the subgrade soils and aggregate base materials be moisture conditioned to near optimum moisture content prior to placement. Additionally, we recommend that the newly placed AC be compacted to a relative density of 95 percent as compared to the mate- rial's Hveem density as evaluated by ASTM D 1560. 10.4. Concrete Flatwork We recommend that the concrete flatwork with vertical separations between panels either be ground down to allow for a smooth transition or be removed and replaced in accordance with the San Diego Regional Standard Drawings. The concrete stmctures should be 4 inches thick and consist of Type 560-C-3250 concrete. We also recommend that the concrete improvements be underiain by 6 inches of Class 2 aggregate base materials. We recommend that the upper 12 inches ofthe subgrade and aggregate base materials be compacted to a relative compaction of 95 percent as evaluated by ASTM D 1557. The subgrade soils and aggregate base materials should be moisture conditioned to near optimum moisture content prior to placement. 10.5. Site Drainage The AC pavement should be constmcted so as to convey surface water away from and off of pavement surfaces. Surface water should not be permitted to pond on the paved areas. Posi- tive drainage is defined as a slope of 2 percent or more over 5 feet or more. 106528001RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 10.6. Corrosion Laboratory testing was performed on a representative sample of the on-site soils to evaluate pH and electrical resistivity, as well as chloride and sulfate contents. The pH and electrical resistivity tests were performed in accordance with the California Test (CT) 643 and the sul- fate and chloride content tests were performed in accordance with CT417 and 422, respectively. These laboratory test results are presented in Appendix B. The results ofthe corrosivity testing indicated an electrical resistivity of 730 ohm-cm, a soil pH of 8.1, a chloride content of 550 parts per million (ppm) and a sulfate content of 0.002 percent (i.e., 20 ppm). Based on the Caltrans (2003) criteria, the project site would be classified as corrosive, which is defmed as a site having soils with more than 500 ppm of chlorides, more than 0.2 percent sulfates or a pH less than 5.5. 10.7. Concrete Concrete in contact with soil or water that contains high concentrations of water-soluble sulfates can be subject to premature chemical and/or physical deterioration. The soil sample tested in this evaluation indicated water-soluble sulfate content of 0.002 percent (i.e., 20 ppm). Based on the American Concrete Institute (ACI) 318 criteria (2008), the po- tential for sulfate attack is negligible for water-soluble sulfate contents in soils ranging from about 0.0 to 0.10 percent by weight (0 to 1,000 ppm) and Type II cement may be used for concrete construction. However, due to the potential variability of site soils, consideration should be given to using Type V cement and concrete with a water-cement ratio no higher than 0.45 by weight for normal weight aggregate concrete. In order to reduce the potential for shrinkage cracks in the concrete during curing, we rec- ommend that for slabs-on-grade, the concrete be placed with a slump in accordance with Table 5.2.1 of Section 302. IR of The Manual of Concrete Practice, "Floor and Slab Con- stmction," or Table 2.2 of Section 332R in The Manual of Concrete Practice, "Guide to Residential Cast-in-Place Concrete Constmction." If a higher slump is needed for screening and leveling, a super plasticizer is recommended to achieve the higher slump without chang- ing the required water-to-cement ratio. The slump should be checked periodically at the site 106528001 RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, California Project No. 106528001 prior to concrete placement. We also recommend that crack control joints be provided in slabs to reduce the potential for distress due to minor soil movement and concrete shrinkage. We further recommend that concrete cover over reinforcing steel for slabs-on-grade be in accordance with California Building Code (CBC). 10.8. Construction Observation We recommend that a pre-construction meeting be held prior to commencement of construc- tion. The owner or their representative, Ninyo & Moore, and the contractor should be in attendance to discuss the project and the proposed construction and testing schedule. 11. 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 m this report may be encountered duruig 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. 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 requires 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 that the bidders and their geotechnical consultant per- 106528001 RUpdate.doc Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 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 testmg. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with tune as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to govemment ac- tion or the broadening of knowledge. The findings of this report may, therefore, be mvalidated over time, m part or in whole, by changes over which Ninyo & Moore has no control. This report is intended exclusively for use by the client. Any use or reuse ofthe findings, conclu- sions, and/or recommendations of this report by parties other than the client is undertaken at said parties' sole risk. 106528001 RUpdate.doc 10 Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 12. REFERENCES Califomia Building Standards Commission (CBSC), 2010, Califomia Building Code, Tifie 24, Part 2, Volumes I and 2: dated June. Califomia Department of Transportation (Caltrans), 2003, Corrosion Guidelines (Version 1.0), Divi- sion of Engineering and Testing Services, Corrosion Technology Branch: dated September. Califomia Department of Transportation (Caltrans), 2008, CalFP vl.l. Hot Mix Asphalt Empiri- cal Design: dated January. Califomia Department of Transportation (Caltrans), 2012, Highway Design Manual: dated May 7. City ofCarlsbad, 2012, Engineering Standards, Volume I, General Design Standards, 2004 Edi- tion: revised digitally on Febmary 24. County of San Diego, 1963, Topographic Survey, Sheet 354-1671, Scale I" = 200'. County of San Diego, 1975, Topographic Survey (Orthotopographic), Sheet 354-1671, Scale 1" = 200'. Kennedy, Michael R and Tan, Siang S., 2005, Geologic Map ofthe Oceanside 30' X 60' Quad- rangle, Califomia: Regional Geologic Map Series, Map No. 2. Norris, R. M. and Webb, R. W, 1990, Geology of California, Second Edition: John Wiley & Sons, Inc. Public Works Standards, Inc., 2009, "Greenbook," Standard Specifications for Public Works Constmction. San Diego Regional Standards Committee, 2012, San Diego Area Regional Standard Drawmgs. The Asphalt Institute, 1989, The Asphalt Handbook, Series 4. United States Department of the Interior, Bureau of Reclamation, 1998, Engineering Geology Field Manual. United States Geological Survey, 1968 (photo-revised 1983), Rancho Santa Fe Quadrangle, Cali- fomia, San Diego County, 7.5-Minute Series (Topographic): Scale 1:24,000. AERIAL PHOTOGRAPHS Source Date Flight Numbers Scale USDA 1 5-2-53 AXN-14M 18 and 19 1:20,000 106528001 RUpdate.doc 11 REFERENCE: 2005 THOMAS GUIDE FOR SAN DIEGO COUNTY, STREET GUIDE AND DIRECTORY, 2400 APPROXIMATE SCALE IN FEET 4800 Map © Rand McNally, R.L07-S-129 SITE LOCATION MAP FIGURE 1 PROJECT NO. DATE PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNIA FIGURE 1 106528001 10/12 PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNIA FIGURE 1 APPROXIMATE SCALE 100 200 FEET CORE LOCATION MAP FIGURE 2 PROJECT NO. DATE PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNIA FIGURE 2 106528001 10/12 PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNIA FIGURE 2 Park Drive Pavement Repair October 17,2012 Carlsbad, Califomia Project No. 106528001 APPENDIX A CORE LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following method. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory test pit. The samples were bagged and transported to the laboratory for testing. 106528001 RUpdate.doc Explanation of Test Pit, Core, Trench and Hand Auger Log Symbols PROJECT NO. DATE 3 .> -o < W yd CO ^ o EXCAVATION LOG EXPLANATION SHEET SM FILL: Bulk sample. ML xx/xx Dashed line denotes material change. - Drive sample. - Sand cone performed. • Seepage • Groundwater encountered during excavation. • No recovery with drive sampler. • Groundwater encountered after excavation. • Sample retained by others. Shelby tube sample. Distance pushed in inches/length of sample "recovered in inches 'No recovery with Shelby tube sampler. SM ALLUVIUM Solid line denotes unit change. Attitude: 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 excavation log. SCALE: 1 Inch = 1 foot Testptt explanationjcis CORE LOG PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALEFORMA PROJECT NO. 106528001 DATE 10/12 -1 -3 -4 -5 O z g h- . < Ui Od (Si -J. CO ^ ASPHAT.T CONCRETE Approximately 7 inches thick; underlain by a 3/4-inch to 1-inch void. SM SC DATE EXCAVATED 2/24/09 CORE NO. C-l GROUND ELEVATION 25' ± (MSL) LOGGED BY BTM METHOD OF EXCAVATION Manual LOCATION See Figure 2 ^ DESCRIPTION FILL: Brown, moist to wet, medium dense, silty SAND; micaceous. Brown, damp to moist, mediimi dense, silty clayey SAND. Auger refusal on storm drain pipe. Total Depth = 2.3 feet. Groundwater not encountered. Backfilled on 2/24/09. CORE LOG PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNIA PROJECT NO. DATE 106528001 10/12 c - -1 :n IA ft CO -1 -3 -4 li. o Q. UJ > a: h- Z) CO 1-z co UJ o a > cc Q ^ CO yd tco CO CO ^ < _i o SM DATE EXCAVATED 2/24/09 CORE NO. C-2 GROUND ELEVATION 25'± (MSL) LOGGED BY BTM METHOD OF EXCAVATION Manual LOCATION See Figure 2 DESCRIPTION ASPHALT CONCRRTF.- Approximately 6 inches thick. Fn.L: Brown, moist, medium dense, slightly clayey silty SAND. yAuger refusal on cobble. Total Depth = 3.3 feet. Groundwater not encountered. Backfilled on 2/24/09. CORE LOG PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNLA PROJECT NO. 106528001 DATE 10/12 SCALE = 1 in./1 ft. -1 -2 -3 -4 -5 O H . < CO Od tco CO -I CO •-' < o SM DATE EXCAVATED 2/24/09 CORE NO. C-3 GROUND ELEVATION 25' ± (MSL) LOGGED BY BTM METHOD OF EXCAVATION Manual LOCATION See Figure 2 DESCRIPTION ASPHALT CONCRETE: Approximately 5.5 inches thick. ALLUVIUM: Brown, moist, mediiUTi dense, silty SAND; micaceous; scattered roots. Wet. Total Depth = 4.5 feet. Groundwater not encountered. Backfilled on 2/24/09. Park Drive Pavement Repair October 17,2012 Carlsbad, California Project No. 106528001 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 log of the exploratory test pit in Appendix A. Gradation Analvsis Gradation analysis tests were performed on selected representative soil samples in general accor- dance with ASTM D 422. The gram-size distribution curves are shown on Figures B-l and B-2. These test results were utilized in evaluating the soil classifications in accordance with the USCS. Soil Corrosivitv Tests Soil pH, and resistivity tests were performed on a representative sample in general accordance with CT643. The soluble sulfate and chloride contents of the selected sample were evaluated in general accordance with CT 417 and CT 422, respectively. The test results are presented on Figure B-3. R-Value The resistance value, or R-value, for site soils was evaluated m general accordance with CT 301. A sample was prepared and evaluated for exudation pressure and expansion pressure. The equi- librium R-value is reported as the lesser or more conservative of the two calculated results. The test results are shown on Figure B-4. 106528001 RUpdate.doc GRAVEL FINES Coarse Fine Coarse Medium Fine SILT CLAY 3- -2 U.S. STANDARD 1" y." %' %" 4 SIEVE NUMBERS 8 16 30 50 100 200 HYDROMETER GRAIN SIZE IN MILLIMETERS PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422-63 (02) Symbol Sample Location Depth (ft) Liquid Limit Plastic Limit Plastictty Index DID D30 Dao Cc Passing No. 200 (%) USCS • C-1 0.8-1.5 ---~ --17 SM GRADATION TEST RESULTS FIGURE B-1 PROJECT NO. DATE PARK DRIVE PAVEMENT REPAIR CARLSBAD. CALIFORNIA FIGURE B-1 106528001 10/12 PARK DRIVE PAVEMENT REPAIR CARLSBAD. CALIFORNIA FIGURE B-1 106S2B001 SIEVE C-1 « O.B-t.S.xte GRA\ IEL SAh» FINES Coarse Fine Coarse Medium Fine SILT CLAY 100.0 T-n— U.S. STANDARD 4 SIEVE NUMBERS 8 16 30 SO HYDROMETER 100 200 0.01 0.001 GRAIN SIZE IN MILLIMETERS Symbol Sample Location Depth (ft) Liquid Umit Plastic Limit Plasticity Index Dio D30 Deo Cc Passing No. 200 (%) USCS • C-3 0.5-4.0 ---------22 SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422-63 (02) GRADATION TEST RESULTS FIGURE B-2 PROJECT NO. DATE PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFCMRNIA FIGURE B-2 106528001 10/12 PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFCMRNIA FIGURE B-2 SAMPLE LOCATION SAMPLE DEPTH (FT) RESISTIVITY ^ (Ohm-cm) SULFATE CONTENT (ppm) (%) CHLORIDE CONTENT' (ppm) C-1 1.5-2.3 8.1 730 20 0.002 550 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 643 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 417 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 422 PROJECT NO. 106528001 DATE 10/12 CORROSIVITY TEST RESULTS PARK DRIVE PAVEMENT REPAIR CARLSBAD. CALIFORNIA FIGURE B-3 106528001 CORROSIVnyPage IJdS SAMPLE LOCATION SAMPLE DEPTH (FT) SOIL TYPE R-VALUE C-2 0.5-3.3 Silty SAND (SM) 49 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2844-01/CT 301 R-VALUE TEST RESULTS FIGURE B-4 PROJECT NO. DATE PARK DRIVE PAVEMENT REPAIR FIGURE B-4 106528001 10/12 PARK DRIVE PAVEMENT REPAIR FIGURE B-4 108528001 R-VALUE Page 1 jib I I I I I I I I I I I I I I I Georecdnical and Environmental Sciences Consultants GEOTECHNICAL EVALUATION PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNIA PREPARED FOR City ofCarlsbad 1635 Faraday Avenue Carlsbad, Califomia 92008 PREPARED BY Ninyo & Moore Geotechnical and Environmental Sciences Consultants 5710 Ruffin Road San Diego, Califomia 92123 April 7, 2009 Project No. 106528001 57! 0 Ruffin Road - San Diego, California 92123 • Phone (858) 576-1000 • Fax (858) 576-9600 San Diego • Irvine • Rancho Cucamonga • Los Angeles • Oakland • Las Vegas • Phoenix - Denver • El Paso • Tucson I I I I Geotechnicai and Envtronmenial Sciences Consultants April 7,2009 Project No. 106528001 Ms. Sherri Howard, P. E. Associate Engineer City OfCarlsbad 1635 Faraday Avenue Carlsbad, Califomia 92008 Subject: Geotechnical Evaluation Park Drive Pavement Repair Carlsbad, Califomia I I I I Dear Ms. Howard: In accordance with your authorization, we have performed a geotechnical evaluation for the re- pair of the distressed pavement along a portion of Park Drive that was affected by a water line break. The subject pavement is located near the intersection between Park Drive and Ad- ams Street in Carisbad, Califomia. This report presents our geotechnical fmdings and repair recommendations for the project. We appreciate the opportunity to be of service on this project. Sincerely, NINYO & MOORE Fenrey i. Kent, RE., GE. Senior Project Engineer Kenneth H. Mansir Principal Engineer Tancis O. Moreland, C.E.G Senior Geologist BTM/JTK/FOM/KHM/ek Distribution: (3) Addressee 5710 Ruffin Road • San Diego, California 92123 - Phone (858J 576-1000 • Fax (858) 576-9600 San Diego • Irvine • Rancho Cucamonga • Los Angeles • Oak/and • Las Vegas - Phoenix • Denver - El Paso • Tucson I L I I I I I I I I I I I I I k I Park Drive Pavement Repair April 7,2009 Carlsbad, Califomia Project No. 106528001 TABLE OF CONTENTS Page 1. INTRODUCTION 1 2. SCOPE OF SERVICES 1 3. SITE DESCRIPTION..... 2 4. PROJECT BACKGROUND 2 5. SUBSURFACE EXPLORATION 2 6. FIELD OBSERVATIONS 3 7. LABORATORY TESTING 3 8. SUBSURFACE CONDITIONS 4 8.1. Fill 4 8.2. Alluvium 4 8.3. Excavation Characteristics 4 8.4. Groundwater 4 9. CONCLUSIONS 5 10. RECOMMENDATIONS 5 10.1. Removals 5 10.2. Subgrade Preparation 6 10.3. Asphalt Concrete Repair Pavement Section 6 10.4. Concrete Flatwork 7 10.5. Site Drainage 7 10.6. Corrosion 8 10.7. Concrete 8 10.8. Constmction Observation 9 11. LIMITATIONS 9 12. REFERENCES 11 Tabic Table 1 - Recommended AC Repair Pavement Section 7 Figures Figure 1 - Site Location Map Figure 2 - Core Location Map Appendices Appendix A - Core Logs Appendix B - Laboratory Testing 106S2S00I R doc I I I I I I I I I I I I I I I I I I I Park Drive Pavement Repair April 7 2009 Carlsbad, Califomia Project No. 106528001 h INTRODUCTION In accordance with your authorization and our proposal dated Januaiy 7,2009, we have perfonned a geotechnical evaluation for the repair of the distressed pavement along a portion of Park Drive that was affected by a water line break. The project study area includes the asphalt concrete (AC) pavement along Park Drive from its intersection with Adams Street to approximately 400 feet southeast of this intersection within the City ofCarlsbad, Califomia (Figure 1). The puipose of this sttidy was to evaluate the conditions of the AC pavement and the underlying subgrade as well as pro- vide repair recommendations. 2. SCOPE OF SERVICES Ninyo & Moore's scope of services for this project included review of pertinent background data, performance of a subsurface evaluation, and engineering analysis with regard to the proposed project. Specifically, we performed the following tasks: • Reviewing of readily available published geotechnical literature, including geologic maps, topographic maps, utility plans, and aerial photographs. • Performing a site reconnaissance to observe and document existing pavement conditions and to mark the locations of our subsurface exploration. • Obtaining approval of traffic control plans from the City of Carlsbad. • Contacting Underground Service Alert (USA) to clear the subsurface exploration locations for conflicts with buried utilities. • Performing a subsurface exploration consisting of the coring, excavating, logging and sam- pling of three pavement cores within the AC pavement section along Park Drive. Bulk soil samples ofthe subgrade materials were obtained at selected intervals from the cores for geo- technical laboratory testing. • Patching the core locations with black-dyed concrete. • Performing geotechnical laboratoiy testing on selected soil samples to evaluate design pa- rameters. 106531001 Rdoc I r I I I I I I I I I I I I I I k I Park Drive Pavement Repair April 7,2009 Carisbad, Califomia Project No. 106528001 Compiling and analyzing the data obtained from our background review, site reconnaissance, subsurface exploration, and laboratory testing. Preparing this report presenting our geotechnical findings and repair recommendations for the project. 3. SITE DESCRIPTION The project site is located just north of Agua Hedionda Lagoon in a residential area along Park Drive. The specific project study area consists of the AC pavement section from the intersection between Park Drive and Adams Street and extending southeast along Park Drive approximately 400 feet south (Figure 2). In this location Park Drive is generally trending in a northwest- southeast direction while Adams Street is generally going in a northeast-southwest direction. The project area is slopes to the southeast with roadway drainage being diverted to the curbs-and- gutters along the edges of Park Drive. The surface improvements in the area generally consist of an AC roadway with associated concrete sidewalks, curbs-and-gutters, and cross gutters. 4. PROJECT BACKGROUND Based on discussions with City of Carlsbad personnel, we understand that a water line break oc- curred on January 6, 2009 at the intersection of Park Drive and Adams Street. As a result of the water line break, water was observed to be flowing from cracks within the AC pavement of Park Drive just south of its intersection with Adams Street. Subsequent to the water line being shutoff, several cracks and areas of upheaval and depression were observed within Park Drive. Specifically, a significant amount of upheaval was observed at the joint between the concrete curbs-and-gutters and the adjacent AC pavement. 5. SUBSURFACE EXPLORATION Our subsurface exploration was conducted on Febmary 24, 2009 and consisted of excavating three pavement cores (C-l, C-2, and C-3). The AC pavement at the core locations was extracted using a core machine equipped with a 10-inch diameter barrel. Once the AC pavement was re- moved, a boring was manually excavated to depths up to approximately 4-1/2 feet. Bulk soil 106521001 R doc I I I I I I I I I I I I I I I I I I I Park Drive Pavement Repair April 7,2009 Carlsbad, Califomia Project No. 106528001 samples were obtained from within the cores at selected intervals. These samples were then transported to our in-house geotechnical laboratory for testing. The approximate locations ofthe exploratory cores are shown on Figure 2. Logs of the cores are included in Appendix A. 6. FIELD OBSERVATIONS On Febmary 24, 2009, we also performed a reconnaissance of the project site to observe and document the existing conditions. During the reconnaissance, we made the following observa- tions in regards to the AC pavement and the adjacent sidewalks and curbs-and-gutters. The photographic documentation is located m our file and is available for review upon request: • We noted that the AC pavement along the joint with the curbs-and-gutters had been uplifted as much as 5 inches at the southwest comer of the intersection of Park Drive and Adams Street. Several of these locations had been ground down to lessen the impact ofthe uplifted AC pavement on traffic. • Several longitudinal, transverse, and alligator cracks up to 3/8-inch wide with vertical offsets up to 1/2-inch vertical offset were observed within the AC pavement. • Several separations had developed within the AC pavement along the trenches for previously installed underground utilities. Depressions and uplift on the order of 2 inches was observed between the trench patches and the adjacent roadway. Vertical separations of approximately 2 inches were observed between sidewalk panels lo- cated at the southwest comer of the intersection of Park Mve and Adams Street. During the excavation of core C-l, a void and loose material was encountered within be- neath the AC section. The void was approximately 3/4-inch to 1-inch wide and the slough material was approximately 1-1/2 inches thick. 7. LABORATORY TESTING Soil samples that were collected from within our cores were transported to our in-house geotechni- cal laboratory for testing puiposes. Laboratory testing included an evaluation of grain size (sieve) analysis, soil conrosivity, and R-value. The laboratory test results are presented in Appendix B. 10652100) Rdoc I r I I I I I I I k I I I I I I I k I Park Drive Pavement Repair April 7,2009 Carlsbad, Califomia Project No. 106528001 8. SUBSURFACE CONDITIONS The geologic units encountered within our cores C-l through C-3 included fill material and allu- vium. A generalized description of the earth units encountered during our subsurface exploration is provided in the subsequent sections. More detailed descriptions of the subsurface units are provided on the core logs in Appendix A. 8.1. Fill Fill materials, including base and subgrade materials, were encountered within cores C-l and C-2 from below the AC pavement to the depths explored of approximately 2.3 to 3.3 feet, re- spectively. Base materials encountered within core C-l consisted of brown, moist, medium dense, silty sand. The fill subgrade soils encountered within core C-l and C-2 consisted of brown, damp to moist, medium dense, silty and clayey sand. 8.2. Alluvium Alluvium was encountered within core C-3 underlying the AC pavement to the depth ex- plored of approximately 4.5 feet. As encountered, this material generally consisted of brown, moist, medium dense, silty sand. 83. Excavation Characteristics Based on the cores performed as part of our subsurface exploration and our experience with similar materials, the excavation of the underlying materials will be feasible with heavy-duty excavation equipment in good working condition. 8.4. Groundwater Groundwater was not encountered within the cores performed for our subsurface explora- tion. However, due to the recent water line break, zones of perched water beneath the AC and within utility trenches are anticipated to be present. •06528001 R doe Park Drive Pavement Repair April 7.2009 Carlsbad, California Project No. 106528001 I I I I I I I I I I I I I I ^ 10.1. Removals I We recommended that removals include the existing disu-essed AC, the underlying base ma- terials, and unsuitable subgrade soils to the lateral extents of the study area shown on I Figure 2. The upper 18 inches of subgrade soil is generally considered unsuitable in its cur- rent condition. However, depending on the conditions exposed during the repair operations, the depth of unsuitable subgrade soils may be deeper. I I 9. CONCLUSIONS Based on discussions with the City of Carlsbad personnel and the fmdings from our evaluation, sig- nificant distress to the AC pavement along Park Drive was caused by the recent water line break. Accordingly, the follov^ng geotechnical issues should be considered during the repair efforts: • Due to the significant distress to the AC pavement along Park Drive from the water line break, recommendations for removal and replacement ofthe existing pavement section and some sidewalk panels are presented herein. Remedial grading ofthe subgrade soils are also presented in the following sections. • During repair efforts, the contractor should anticipate encountering perched water and wet, soft soil conditions. • On-site materials may be reused as engineered fill provided they are moisture conditioned (i.e. aerated) to near optimum moisture content. However, existing base materials are not considered suitable for reuse within the new aggregate base layer for the reconstmcted pavement section. 10. RECOMMENDATIONS Based on our findings and experience, it is our opinion that shallow subsurface soils beneath the AC pavements provided a permeable avenue for water leaking from the water line break. The water has caused migration of soils, created voids beneath the pavement, and led to loss of sub- grade support for the pavement. The water damage has resulted in settlement ofthe underlying soils, settlement of sidewalks, and upheaval ofthe AC pavement. Further changes to the site due to settlement and heaving may result in additional ponding areas within the site improvements. Accordingly, we are providing recommendations for the removal and replacement ofthe existing distressed AC pavement section. I06S2800I R doc I Park Drive Pavement Repair April 7,2009 • Carlsbad, Califomia Project No. 106528001 I I I I I I I I I Site preparation activities should begin with the sawcutting and removal of the existing dis- tressed AC and imderlying base materials. The removed AC should be disposed of off-site. Undergroimd utilities located within the proposed limits of repair should be located and are the responsibility of the contractor. I I I 10.2. Subgrade Preparation I Following the removal of the distressed AC, the underlying base materials, and the upper 18 inches of subgrade material, the resulting surface should be evaluated by our field repre- I sentative. Based on the exposed field conditions, deeper removal may be recommended due to soft or pumping conditions. Unless otherwise recommended, the exposed surface should I be scarified 6 inches, moisture conditioned, and compacted to 90 percent relative compac- tion as evaluated by American Society for Testing and Materials (ASTM) Test I Method D 1557. Subsequent fill and base materials should be placed in horizontal lifts ap- proximately 8 inches in loose thickness and compacted to 95 percent relative compaction as II evaluated by ASTM D 1557. We anticipate that shallow utilities may impact the ability to perform deeper removals, or wet soils may be present at depth. As an ahemative to the deeper removals, we may recom- mend that the preparation of the exposed subgrade be supplemented with geogrid reinforcement (such as Tensar BX-110 or its equivalent) over the full area of removal in or- der to bridge inadequate subgrade soil conditions. 10.3. Asphalt Concrete Repair Pavement Section Laboratory testing that was performed on a representative sample of the on-site soils indi- cated an R-value of 49. For design purposes, we have considered the street a collector and have used a Traffic Index of 6.0 in accordance with the City of Carlsbad Engineering Stan- dards (2008). The recommended AC repair pavement section is as follows: 10652(001 R doc I I I I I I I I I I I Park Drive Pavement Repair April 7,2009 Carlsbad, California Project No. 106528001 Table 1 - Recommended AC Repair Pavement Section R-Value Traffic Index Asphalt Concrete (inches) Class 2 Aggregate Base (inches) 49 6.0 4 6 We recommend that the upper 12 inches ofthe subgrade and the aggregate base materials be compacted to a relative compaction of 95 percent as evaluated by ASTM D 1557. We rec- ommend that the subgrade soils and aggregate base materials be moisture conditioned to near optimum moisture content prior to placement. Additionally, we recommend that the newly placed AC be compacted to a relative density of 95 percent as compared to the mate- rial's Hveem density as evaluated by ASTM D 1560. 10.4. Concrete Flatwork We recommend that the concrete flatwork with vertical separations between panels either be ground down to allow for a smooth transition or be removed and replaced in accordance with the San Diego Regional Standard Drawings. The concrete stmctures should be 4 inches thick and consist of Type 520.C-2500 concrete. We also recommend that the concrete im- provements be underlain by 6 inches of Class 2 aggregate base materials. We recommend that the upper 12 inches ofthe subgrade and aggregate base materials be compacted to a rela- tive compaction of 95 percent as evaluated by ASTM D 1557. The subgrade soils and aggregate base materials should be moisture conditioned to near optimum moisture content prior to placement. 10.5. Site Drainage The AC pavement should be constmcted so as to convey surface water away from and off of pavement surfaces. Surface water should not be permitted to pond on the paved areas, Posi- tive drainage is defined as a slope of 2 percent or more over 5 feet or more. 10652800I R doc I I I I I I I I I k I I I I I I k I Park Drive Pavement Repair April 7,2009 Carlsbad, Califomia Project No. 106528001 10.6. Corrosion Laboratory testing was performed on a representative sample of the on-site soils to evaluate pH and electrical resistivity, as well as chloride and sulfate contents. The pH and electrical resistivity tests were performed in accordance with the Califomia Test (CT) 643 and the sul- fate and chloride content tests were performed in accordance with CT417 and 422, respectively. These laboratory test results are presented in Appendix B. The results ofthe conrosivity testing indicated an electrical resistivity of 730 ohm-cm, a soil pH of 8.1, a chloride content of 550 parts per million (ppm) and a sulfate content of 0.002 percent (i.e., 20 ppm). Based on the Caltrans (2003) criteria, the project site would be classified as corrosive, which is defmed as a site having soils with more than 500 ppm of chlorides, more than 0.2 percent sulfates or a pH less than 5.5. 10.7. Concrete Concrete in contact with soil or water that contains high concentrations of water-soluble sulfates can be subject to premature chemical and/or physical deterioration. The soil sample tested in this evaluation indicated water-soluble sulfate content of 0.002 percent (i.e., 20 ppm). Based on the American Concrete Institute (ACI) criteria (2005), the potential for sulfate attack is negligible for water-soluble sulfate contents in soils ranging from about 0.0 to 0.10 percent by weight (0 to 1,000 ppm) and Type II cement may be used for concrete constmction. However, due to the potential variability of site soils, consideration should be given to using Type V cement and concrete with a water-cement ratio no higher than 0.45 by weight for normal weight aggregate concrete and a 28-day compressive strength of 4,500 psi or more for the project. In order to reduce the potential for shrinkage cracks in the concrete during curing, we rec- ommend that for slabs-on-grade, the concrete be placed with a slmnp in accordance with Table 5.2.1 of Section 302. IR of The Manual of Concrete Practice, "Floor and Slab Con- stmction," or Table 2.2 of Section 332R in The Manual of Concrete Practice, "Guide to Residential Cast-in-Place Concrete Constmction." If a higher slump is needed for screening 106521001 Rdoc I I I Park Drive Pavement Repair April 7,2009 Carisbad, Califomia Project No. 106528001 and leveling, a super plasticizer is recommended to achieve the higher slump without chang- ing the required water-to-cement ratio. The slump should be checked periodically at the site prior to concrete placement. We also recommend that crack control joints be provided in slabs in accordance with the recommendations ofthe stmctural engineer to reduce the poten- tial for distress due to minor soil movement and concrete shrinkage. We fiirther recommend that concrete cover over reinforcing steel for slabs-on-grade and foundations be in accor- dance with Califomia Building Code 1907.7. The stmctural engineer should be consulted for additional concrete specifications. 10.8. Construction Observation We recommend that a pre-constmction meeting be held prior to commencement of constmc- tion. The owner or their representative, Ninyo & Moore, and the contractor should be in attendance to discuss the project and the proposed constmction and testing schedule. 11. 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 ofthe geotechnical aspects ofthe project, and did not include evaluation of stmctural issues, environmental concems, or the pres- ence of hazardous materials. I I I This document is intended to be used only in its entirety. No portion ofthe document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore I I 106528001 R doc I [ I I I I I I I k I I I I I I I k I Park Drive Pavement Repair April 7,2009 Carlsbad, Califomia Project No. 106528001 should be contacted if the reader requires 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 that the bidders and their geotechnical consultant per- form an independent evaluation of the subsurface conditions in the project areas. The mdependent 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 con- ditions. 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 re- quest. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to govemment 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 control. 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 other than the client is undertaken at said parties' sole risk. I065280OI Rdoc 10 I Park Drive Pavement Repair - ^«^o carlsbad. California Project No l oiS? I 12. REFERENCES Califomia Department of Transportation (Caltrans), 1991, Newcon90: dated April 30 I http:\\www.dot.ca.gov\hq\TnfoSvc.s\FnpAppg Califomia Department of Transportation (Caltrans), 2003, Conosion Guidelines (Version I 0) Divi- I sion of Engineermg and Testing Services, Coirosion Technology Branch: dated September. • Califomia Department of Transportation (Caltrans), 2008, Highway Design Manual: dated July 1. City ofCarlsbad, 2008, Engineering Standards, Volume 1, General Design Standards 2004 Edi- tion: revised June 30. * County of San Diego, 1963, Topographic Survey, Sheet 354-1671, Scale 1" = 200'. County of San Diego, 1975, Topographic Survey (Orthotopographic), Sheet 354-1671, Scale 1" = 200'. Kennedy, Michael R and Tan, Siang S., 2005, Geologic Map ofthe Oceanside 30' X 60' Quad- rangle, Cahfomia: Regional Geologic Map Series, Map No. 2. Nonis, R M. and Webb, R W, 1990, Geology of California, Second Edition: John Wiley & Sons, bic. Public Works Standards, Inc., 2006, "Greenbook," Standard Specifications for Public Works Constmction. San Diego Regional Standards Committee, 2006, San Diego Area Regional Standard Drawings. The Asphah Institute, 1989, The Asphalt Handbook, Series 4. United States Department of the Interior, Bureau of Reclamation, 1998, Engineering Geology Field Manual. o e e/ United States Geological Survey, 1968 (photo-revised 1983), Rancho Santa Fe Quadrangle Cali- Source AERIAL PHOTOGRAPHS Source Date FBoht N..mh.« Scale 1 ySDA__ 1 5-2-53 1 AXN-14M | 18 and 19 | 1-20 GOO I I I I 106528001 Rdoc I I I I I I I I REFERENCE; 2005 THOMAS GUIDE FOR SAN DIECO COUNTY, STREET GUIDE AND DIRECTORY. 2400 4800 APPROXIMATE SCALE IN FEET NOTE: AU DtMENSIONS. DIRECTIONS ANO LOCATIONS ARE APPROXIMATE Map O FUnd McNrty. R1.07.S-H9 SITE LOCATION MAP PROJECT NO. DATE PARK DRIVE PAVEMENT RERMR CARLSBAD. CAUFORNIA 106528001 4/09 PARK DRIVE PAVEMENT RERMR CARLSBAD. CAUFORNIA FIGURE 1 U43 1.00829901 ZBs APPENDIX A CORE LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following method. I I I I Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory test pit. I The samples were bagged and transported to the laboratory for testing. I I I k I I I I I I I k I I0652B00I R doc Explanation of Test Pit, Core. Trench and Hand Auger Log Symbols PROJECT NO. DATE UJ xx/xx o SM ML SM EXCAVATION LOG EXPLANATION SHEET FILL- ' Bulk sample. Dashed line denotes material change. ' Drive sample. - Sand cone performed. - Seepage • Groundwater encountered during excavation. ' No recoveiy with drive sampler. • Groundwater encountered after excavation. Sample retained by others. Shelby tube sample. Distance pushed in inches/length of sample recovered in inches •No recovery with Shelby tube sampler. Solid line denotes unit change. Attitude: Strike/Dip b: Bedding c: Contact j: Joint f: Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Slide Surfiace 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 excavation log. TMlpit explanation xts I [ I 1 I I I I I L I I I I I I I k I 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) GP GM GC SANDS (More than 1/2 of coarse fraction <No. 4 sieve size) SW SILTS & CLAYS Liquid Limit <50 SILTS & CLAYS Liquid Limit >50 HIGHLY ORGANIC SOILS SC ML CL MH CH OH Well graded gravels or gravel-sand mixtures, little or no fines Poorly graded gravels or gravel-sand mixtures, little or no fines Silly 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, tittle or no fines Siity sands, sand-silt mixtures Clayey sands, sand-clay mixtures Inorganic silts and very fine sands, rock fiour, 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 CLASSinCATION RANGE OF GRAIN SIZE CLASSinCATION U.S. Slandard Sieve Size Grain Size in MilUmeiers BOULDERS Above 12" Above 305 COBBLES 12-to 3" 30S 10 76 2 GRAVEL Coane Fine 3" to No 4 3" lo 3/4" 3/4" to No 4 76.2 to 4.76 76.2 to 19.1 19.1 to 4 76 SAND Coarse Medinm Ffne No 4 to No 200 No. 4toNa 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 J? 50 / / CH CL MH< / CL-M Ml AOL 1 n 20 30 40 so (0 70 80 BO OO UQUID LIMrr (LL), % U.S.C.S. METHOD OF SOIL CLASSIFICATION uses Soil Cluiric«ion Updated NM 2004 PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNL\ PROJECT NO. 106528001 T rr ^' IS: DATE 4/09 SCALE = 1 in./1 ft. -1 I h-Q. UJ O -2 -3 -4 -5 PF' o> RE All D (fi 1-z W UJ O Q DRY g b • < CO 9d it CO < o SM DATE EXCAVATED 2/24/09 CORE NO. C-2 GROUND ELEVATION 25'± (MSL) LOGGED BY BTM METHOD OF EXCAVATION Manual LOCATION See Figure 2 DESCRIPTION ASPHALT CONCRETE: Approximately 6 inches thick. FILL: Brown, moist, medium dense, slightly clayey silty SAND. Auger refusal on cobble. Total Depth = 3.3 feet. Groimdwater not encountered. Backfilled on 2/24/09. PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALIFORNLA PROJECT NO. 106528001 7. rr DATE 4/09 II SCAL^ = 1in./1 ft. I I-Q. LU -4 -5 V) z UJ Q > CC a SM CORE NO. GROUND ELEVATION 25'± (MSL) LOGGED BY METHOD OF EXCAVATION Manual LOCATION See Figure 2 DESCRIPTION ASPHALT CONCRETF.: Approximately 5.5 inches thick. ALLUVIUM: Brown, moist, medium dense, silty SAND; micaceous; scattered roots. Wet. Total Depth = 4.5 feet Groundwater not encountered. Backfilled on 2/24/09. I [ I I I I I I I k I I I I I I I k I Park Drive Pavement Repair April 7,2009 Carlsbad, Califomia Project No. 106528001 APPENDIX B LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with American Society for Testing and Materials (ASTM) Test Method D 2488. Soil classifications are indicated on the log of the exploratory test pit in Appendix A. Gradation Analvsis 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 USCS. Soil Corrosivitv Tests Soil pH, and resistivity tests were performed on a representative sample in general accordance with Califomia Test (CT) 643. The soluble sulfate and chloride contents of the selected sample were evaluated in general accordance with CT 417 and CT 422, respectively. The test results are presented on Figure B-3. R-Value The resistance value, or R-value, for site soils was evaluated in general accordance with CT 301. A sample was prepared and evaluated for exudation pressure and expansion pressure. The equi- librium R-value is reported as the lesser or more conservative of the two calculated results. The test results are shown on Figure B-4. I0652S00I Itdoc I I I i I I I I I I GRAN /EL SAND FINES 1 Coarse Fme Coarse 1 Medhifn | Fine SILT CLAY 1 U.S. STANDARD S 100.0 90.0 80.0 HT 70.0 O WEi 60.0 > OQ ER 50.0 z u. NT 4ao IU U tr 300 UJ a 200 10.0 0.0 EVE NUMBERS HYDROMETER TT —1— I—1— 1 1111 —1 [ j [ I j [ [ j [ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ! 1 [ 1 i 1 j i 1 1 1 1 ll ! 11 1 1 1 i [ 1 GRAIN SIZE IN MILLIMETERS Symbol Sample Location Deptli (ft) Liquid Lknil Plastic Limit Plasticity Index Dio D» D«a Cc Passing No. 200 (%} USCS • C-1 0.8-1.5 --------17 SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422-63 (02) 1 J^H^O'tj^^amn GRADATION TEST RESULTS FIGURE 1 1 PROJECT NO. DATE PARK DRIVE PAVEMENT REPAIR CARLSBAD. CALIFORNIA B-1 1 1 106528001 4/09 PARK DRIVE PAVEMENT REPAIR CARLSBAD. CALIFORNIA B-1 1 GRAVEL SANO FINES Coarse Fine Coarse Medium Fine SILT CLAY 100.0 U.S. STANDARD SIEVE NUMBERS T Tt IM- rx- HYDROMETER 16 30 50 100 200 001 0.0001 GRAIN SIZE IN MILLIMETERS Symbol Sample Location Depth (ft) Liquid Umit Plastic LimK Plasticity Index Dio Deo c„ Cc Passing No. 200 (%) uses • C-3 0.5-4.0 ------22 SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422-63 (02) GRADATION TEST RESULTS FIGURE B-2 PROJECT NO. DATE PARK DRIVE PAVEMENT REPAIR CARLSBAD. CALIFORNIA FIGURE B-2 106528001 4/09 PARK DRIVE PAVEMENT REPAIR CARLSBAD. CALIFORNIA FIGURE B-2 106528001 SIEVE CS O O.S-I.O.ih SAMPLE UOCATION SAMPLE DEPTH (FT) RESISTIVITY' (Ohm-cm) SULFATE CONTENT 2 (ppm) (%) CHLORIDE CONTENT' (ppm) C-1 1.5-2.3 8.1 730 20 0.002 550 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 I I I 1f^ngo^ CORROSIVITY TEST RESULTS J PROJECT NO. DATE PARK DRIVE PAVEMENT REPAIR ^ CARLSBAD, CAUFORNIA I 106528001 4/09 PARK DRIVE PAVEMENT REPAIR ^ CARLSBAD, CAUFORNIA FIGURE B-3 106S28001 CORROSIVmr Ptge T.xte SAMPLE LOCATION SAMPLE DEPTH (FT) SOIL TYPE R-VALUE C-2 0.5-3.3 Silty SAND (SM) 49 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2844-01/CT 301 I PROJECT NO. I 106528001 DATE 4/09 R-VALUE TEST RESULTS PARK DRIVE PAVEMENT REPAIR CARLSBAD, CALFORNIA FIGURE B-4 100528001 R-VALUE Pao* Ll* It^^-^iecnnicdi dH'.i t-nvironfnentcii Science:. 0-invjtU}nu UPDATED GEOTECHNICAL EVALUATION PARK DMVE PAVEMENT REPAIR CARLSBAD, CALIFORNIA PREPARED FOR City of Carlsbad 1635 Faraday Avenue Carlsbad, Califomia 92008 PREPARED BY Ninyo & Moore Geotechnical and Environmental Sciences Consultants 5710 RufFin Road San Diego, Califomia 92123 October 17,2012 Project No. 106528001 5710 Ruffin Road • San Diego, Califbmia 92123 • Phone |858) 576-1000 • Fax (858) 576-9600 San Dfego - Irvnie Lasvegas • " Los Angeles • Randio CucamOTga • Oakland • SanRancfeco • Saaamento Phoenix * TUcson • Presaxt Valley • Denver • a Paso • Houston 25 APPENDIX H STANDARD TRAFFIC CONTROL PLANS APPENDIX I POTHOLING REPORT FOR City of Carisbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 Attn: Sherri Howard Sherri.Howard(gcarlsbadca.gov PROJECT #X120094 Report date: 11/19/2012 City Capital Project Potholing foe Existing Utilities Adams Street and Park Drive Carlsbad, California TABLE OF CONTENTS 1. Introduction 2. Project Description and Comments 3. Google Map 4. Project Area Photos 5. Test Hole Data Sheets PREPARED BY AIRX UTILITY SURVEYORS, INC. 2534 EAST EL NORTE PARKWAY, UNIT C ESCONDIDO, CA 92027-3751 www.airxus.com INTRODUCTION AIRX Utility Surveyors performs a full range of specialized engineering services including Underground Utility Location and Vacuum Excavation (to verify depth and alignment of underground utilities). Underground Utility Location employs sophisticated electronic locating devices to trace the route of an underground utility; then the route is marked on the surface with marking paint in paved areas, or with 60 penny nails and feathers in unpaved areas. Vacuum excavation employs a vacuum truck in conjunction with high-pressure air or water to excavate material and expose an underground utility. A 12 to 18 inch diameter hole is first cored or chiseled through the pavement so that the vacuum hose and high pressure air or water hose can be inserted. Utilities found during potholing are located on the surface by placing two reference points (typically 36" apart) on either side of the pothole along the centeriine (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to the nearest Va inch) are taken midway between the two reference points. Utility alignment, depth, and other data is marked with pink paint (on pavement), or on wood lath (unpaved areas). PROJECT DESCRIPTION AND COMMENTS AirX was retained by Sherri Howard, Associate Engineer of the City of Carlsbad to verify depth and location of utilities on Adams Street and Park Drive in Carlsbad, CA. The information obtained will assist design work for proposed City Capital Project. AirX was asked to contact design engineer Richard Roth prior to excavating pothole 6, which is located at the intersection of Park Drive and Adams Street. Mr. Roth was present for this dig. The AirX crew spent two days with the use of hydro-excavation equipment potholing for utilities. Traffic control plans and equipment including the use of flaggers were also utilized during this time. Any utilities found in the potholes that were in addition to the utilities originally requested have been photographed and documented and are included on the data sheets. AirX used potable water obtained offsite for excavation, and all water and material vacuumed up was disposed of offsite; no water was allowed to flow into storm drains or natural drainage. The potholes were covered with clean backfill material and compacted to 95% density in 3" lifts. The pavement was patched with an equal thickness of replacement asphalt. All work was performed on Wednesday, November 14th and Thursday, November 15th. PROJECT AREA PHOTOGRAPHS Photo 1 (Above Left): This photo is tal<en looking southwest at pothole 6. Adams Street has a grade and a bend which made good traffic control set up vitally important. Photo 2 (Above Right): Photo taken looking east at pothole 7 looking down Park Drive. Adams Street (to the right) is an extra- wide street, which allowed work to be performed without closing a lane. - . ... ' "^"M " . ' * ' Photo 3 (Above Left): Pothole 1 is the eastern most excavation performed on Park Drive. AirX handled the USA mark outs and communication, as well as identifying the pothole locations prior to the potholing. Photo 4 (Above Right): This photograph shows how the crew was able to set up a lane shift, without affecting traffic-flow, and safely perform the potholing task with the equipment nearby. RECORD OF TEST HOLE DATA AIRX JOB NO: X120094 TEST HOLE NO: 1 DATE DUG: 11/14/2012 UTILITY TYPE Electric Water SIZE & MATERIAL 3.0" PVC 3/4" Copper UTILITY DEPTH 31.5" T/P 55.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NE/SW NE/SW APPROXIMATE STATION 6+65 NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 5.0" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS: Pothole 1 is located in the street in front of 4614 Park Dnve. No parking signs and traffic control was required in order io safely access the dig locations. At a depth of 31.5" T/P, the crew located a 3 0" PVC electrical pipe travelling NE/SW. In almost the same direction. A 3/4" copper water line was found at a depth of 55 0" T/P RECORD OF TEST HOLE DATA AIRX JOB NO: X120094 TEST HOLE NO: 2 DATE DUG: 11/14/2012 UTILITY TYPE Gas Electric SIZE & MATERIAL 1/2" PVC 4.0" PVC UTILITY DEPTH 25.0" T/P 34.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION E/W E/W APPROXIMATE STATION I 5+15 2 3 4 NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 5.0" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Yes Dirt Dirt COMMENTS: Pothole 2 is located across the street from 4605 Cove Drive. Because pothole 2 was several feet from the curb face, the traffic control plan called for a lane shift, which is displayed in the area photo. Two utilities, travelling in the same direction, were found in pothole 2. At a depth of 25.0" T/P a 1/2" gas line was found, also, at a depth of 34.0" T/P, a 4.0" PVC electric pipe with a tracer wire was found. RECORD OF TEST HOLE DATA AIRX JOB NO: X120094 TEST HOLE NO: 3 DATE DUG: 11/14/2012 UTILITY TYPE 1 ATT - Fiber Optic 2 3 4 SIZE & MATERIAL Concrete Encasement UTILITY DEPTH ENCASEMENT TOP 27.0" T/E ENCASEMENT BOTTOM 33.5" B/E UTILITY DIRECTION NW/SE APPROXIMATE STATION 1 3+75 2 3 4 NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 5.0" CONCRETE; BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS: Pothole 3 is located on the northbound side of Park Drive just south of the Cove Drive intersection. A concrete encasement travelling NW/SE was found at a depth of 27.0" to the top and 33.5" to the bottom. RECORD OF TEST HOLE DATA AIRX JOB NO: X120094 TEST HOLE NO: 4 DATE DUG: 11/14/2012 UTILITY TYPE Electric Telecomm SIZE & MATERIAL 4.0" PVC (3) 4.0" PVC UTILITY DEPTH 21.5" T/P 41.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NE/SW NW/SE APPROXIMATE STATION 1 2+65 2 3 4 NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 5.0" CONCRETE; BASE COURSE; UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS: Area photo was taken looking northwest along Park Drive. This is directly across the street from an SDG&E vault. Do^yvn the hole view at pothole 4 where 4 PVC pipes were found. The 4.0" electric PVC was found above the (3) 4.0" telecomm pipes. RECORD OF TEST HOLE DATA AIRX JOB NO: XI20094 4+65 TEST HOLE NO: 5 DATE DUG: 11/15/2012 UTILITY SIZE & UTILITY ENCASEMENT ENCASEMENT UTILITY TYPE MATERIAL DEPTH TOP BOTTOM DIRECTION Electric Concrete Encasement 43.0" T/E 88.0" B/E NE/SW Gas 2.0" Steel 24.5" T/P NE/SW Storm Drain 18.0" CCMLS 27.5" T/P NW/SE APPROXIMATE NORTHING EASTING GROUND UTILITY STATION COORDINATES COORDINATES ELEVATION ELEVATION PAVEMENT THICKNESS: ASPHALT; 6.0" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS: Area photo of pothole 5 which is on Park Drive just northwest on the Adams Street intersection. The pothole is located in the street in front of the metal grate. Two visible utilities and one utility in a concrete encasement were located in pothole 5. Listed above are the utility types, depths, and orientation. RECORD OF TEST HOLE DATA AIRX JOB NO: 120094 fESTHOLE NO: 6 DATE DUG: 11/15/2012 UTILITY TYPE Telecomm Gas SIZE & MATERIAL (6) 4.0" PVC 2.0" Steel UTILITY DEPTH 30-34" T/P 43.5" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION E/W N/S APPROXIMATE STATION t 2+05 2 3 NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT; 5.5" CONCRETE; BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS; Pothole 6 required city standby. It is located in the intersection of Park Drive and Adams Street in northbound Park Drive. At depths starting a 30.0" T/P, a package of (6) 4.0" PVC telecomm pipes was found travelling along Park Drive. At a depth of 43.5" T/P a 2.0" steel gas pipe VA/as found crossing the telecomm package. UTILITY TYPE 1 No utility found 2 3 4 RECORD OF TEST HOLE DATA SIZE & MATERIAL Top of encasement UTILITY DEPTH ENCASEMENT TOP 14.0" T/E AIRX JOB NO: X120094 TEST HOLE NO: 7 DATE DUG: 11/15/2012 ENCASEMENT BOTTOM UTILITY DIRECTION N/A APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT; 5.0" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS: .A , - fc. ' y Pothole 7 was the first of the three potholes attempted in the picture above. This is located near the south west curb of Adams and Park. The crew dug through 5" of asphalt before running into the top of the encasement at 14.0". UTILITY TYPE No utility found APPROXIMATE STATION I 2 3 4 PAVEMENT THICKNESS; RECORD OF TEST HOLE DATA SIZE & MATERIAL top of encasement NORTHING COORDINATES AIRX JOB NO: XI20094 TEST HOLE NO: 7A DATE DUG: 11/15/2012 UTILITY DEPTH ENCASEMENT TOP 11.0" T/E EASTING COORDINATES GROUND ELEVATION ASPHALT; 5.0" CONCRETE; ENCASEMENT BOTTOM UTILITY DIRECTION N/A UTILITY ELEVATION BASE COURSE: UTILITY MARKED BY USA; MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS: Pothole 7A is the pothole at the bottom of the picture. After hitting the top of the encasement in pothole 7, the crew moved slightly southeast, but again ran into the top of the encasement. After digging through 5.0" of asphalt, the crew hit the top of the encasement at 11.0". RECORD OF TEST HOLE DATA AIRX JOB NO: XI20094 TEST HOLE NO: 7B DATE DUG: 11/15/2012 UTILITY TYPE Electnc Electric ? SIZE & MATERIAL Concrete Encasement Concrete Encasement UTILITY DEPTH ENCASEMENT TOP 11.0" T/E 11.0" T/E ENCASEMENT BOTTOM 99.0" B/E 99.0" B/E UTILITY DIRECTION N/S E/W APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 5.0" CONCRETE; BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS: The two concrete encasements were found in the pothole furthest to the left in the photograph. This is located right after the rounding of the curb into Adams Street. Two opposing encasements were found with the same depths. One was travelling EAA/ and the other is N/S. tECORD OF TEST HOLE DATA AiRX JOB NO: X120094 TEST HOLE NO: 8 DATE DUG: 11/15/2012 UTILITY TYPE Water SIZE & MATERIAL 10.0" ACP UTILITY DEPTH 37.5" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION E/W APPROXIMATE STATION 2+10 NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 5.0" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt COMMENTS: Pothole 8 was excavated just west ofthe SDG&E vault located on the northern extent of Adams Street. At a depth of 37.5" T/P the crewfound the 10.0" ACP water pipe travelling E/W. SUPPLEMENTAL INFORIVIATION A. General Work to be performed under this Contract shall consist of all tools, equipment, materials, supplies, and manufactured articles. Contractor shall also furnish all labor, transportation, and services including fuel, power, essential communications, and perform all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. All work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the project in good faith shall be provided by the Contractor as though originally so indicated, at no increase in cost to the Owner. B. Terms Command-type sentences used in the contract documents refer to and are directed to the Contractor. C. Description of Work The work under this contract includes, but is not necessarily limited to, the following: 1. Traffic Control 2. Demolishing and disposing the existing asphalt concrete pavement, aggregate base material, inlets, storm drains, concrete curbs, gutters, sidewalk and abandoning, removing and disposing the existing 6-inch, 10-inch, and 12-inch asbestos concrete wateriine. 3. Hauling and disposing of excess fill. 4. Importing and placing roadway fill material, aggregate base material and re-grading within the project limits. 5. Constructing a new 6-inch, 10-inch, and 12-inch potable wateriine, appurtenances, and service connections. 6. Constructing new asphalt pavement, striping, markers, concrete pavement, curbs, gutters and sidewalks. 7. Constructing new and modifying existing inlet structures and storm drains. 8. Constructing a French Drain. 9. Providing temporary sediment and erosion control measures including grading, silt fences, soil binders, check dams, gravel entrances and inlet protection. 10. Implementing permanent Best Management Practices (BMPs). D. Location of Proiect Site The project facilities are generally located along Park Drive, south of Adams Street and North of Marina Drive. Refer to the Thomas Guide, San Diego County, 57th Edition, Map Page 1106, Grid Reference H7. E. Access to Proiect Site Access to the project site will be from Highland Drive/Hillside Drive. It shall be the Contractor's responsibility to maintain and repair damages to the existing roads or adjoining properties that NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 SUPPLEMENTAL INFORMATION PARK DRIVE IMPROVEMENTS SECTION 01101-1 are caused by the Contractor's ingress or egress along the access route. Provide ingress and egress to residences, buildings, and properties at all times. All repairs to damaged roads or properties shall be equal to or better than the existing. The decision of the Owner's Representative as to the degree of repair to be performed will be final. F. Construction Testing 1. The Owner will furnish compaction testing for all bedding, backfill, and soil compaction testing. 2. The Owner shall furnish all materials testing and special inspections called for in the Contract Documents. 3. When any work is determined to be unsatisfactory, faulty or defective, or does not conform to the requirements of the Contract Documents, the costs incurred by the Owner for additional tests or inspections shall be reimbursed by the Contractor. Said costs shall be paid by the Owner and deducted from progress payments to the Contractor. G. Record Information 1. Record and as-built information for the following existing City of Carlsbad facilities in the vicinity of the project sites are listed on Sheet 1, DWG 465-7 and are available on the City of Carlsbad website: 2. This information is provided as a convenience to the Contractor only and all information contained therein shall be field verified prior to construction. H. Use of Asbestos Products Not Permitted The intent of the Contract Documents is to provide asbestos-free components throughout the project in accordance with the recent Environment Protection Agency stated policy seeking a ban on the use of all products containing asbestos. Where the Contract Documents or the referenced specifications, standards, codes, or tests refer to products containing asbestos, the Contractor shall provide acceptable alternatives under those documents, or in the absence of such referenced alternatives, he shall submit a proposed substitute to the District's Representative for review and acceptance. I. Existing Conditions and Examination of Contract Documents 1. The Bidder represents that it has carefully examined the contract documents and the site where the Work is to be performed and that it has familiarized itself with all local conditions and federal, state and local laws, ordinances, rules, and regulations that may affect in any manner the performance of the Work. The Bidder further represents that it has studied all surveys and investigation reports about subsurface and latent physical conditions pertaining to the jobsite, that it has performed such additional surveys and investigations as it deems necessary to complete the Work at its bid price, and that it has correlated the results of all such data with the requirements of the contract documents. The submittal of a bid shall be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, including locality. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 SUPPLEMENTAL INFORMATION PARK DRIVE IMPROVEMENTS SECTION 01101-2 uncertainty of weather and all other contingencies, and as to the character, quality, quantities, and scope ofthe Work. The drawings and specifications for the Work show subsurface conditions or otherwise hidden conditions as they are supposed or believed by the Design Engineer to exist, but it is not intended or to be inferred that the conditions as shown thereon constitute a representation that such conditions are actually existent. Except as otherwise specifically provided in the contract documents, the Owner, the Design Engineer, and their consultants shall not be liable for any loss sustained by the Contractor as a result of any variance of such conditions as shown in the drawings and the actual conditions revealed during the progress of the Work or otherwise. No information derived from such inspection of records of investigations or compilation thereof made by the Owner, the Design Engineer, or their consultants will in any way relieve the Bidder or Contractor from any risk or from properly fulfilling the terms of the contract nor entitle the Contractor to any additional compensation. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 SUPPLEMENTAL INFORMATION PARK DRIVE IMPROVEMENTS SECTION 01101-3 SECTION 01200 MEASUREMENT AND PAYMENT PART 1 GENERAL A. Work Listed in the Schedule of Work l^ems 1. Work under this contract will be paid cjn a unit price or lump-sum basis as outlined on the Bid Form for the quantity of work instsjlled. 2. The unit prices and lump-sum prices include full compensation for furnishing the labor, matenals, tools, and equipment and doing all the work involved to complete the work included in the contract documents. 3. The application for payment will bte for a specific item based on the percentage completed or quantity installed. The percentage complete will be based on the value of the partially completed work relative to the value of the item when entirely completed and ready for service. 4. Extra work or changes in the Work ^hall be accomplished as provided in the General Provisions unless noted otherwise. B. Work Not Listed in the Schedule of V\^ork Items 1. 2. The General Provisions and items in the Special Provisions, general requirements, and specifications which are not listed in the schedule of work items of the Bid Form are, in general, applicable to more than one listed work item, and no separate work item is provided therefor. Include the cost of work not listed but necessary to complete the project designated in the contract dobuments in the various listed work items of the Bid Form. The bids for the work are intended to establish a total cost for the work in its entirety. Should the Contractor feel that the ccst for the work has not been established by specific items in the Bid Form, include the cost for that work in some related bid item so that the Proposal for the project reflects the tcital cost for completing the work in its entirety. PART 2 MATERIALS Description of Bid Items 5030 , • 'r ''" ' Wateriine Improvements Quantity A-1 Mobilization, Preparatory Work,l and Demobilization for Wateriine Improvements - See Section 9-3.4.'j ofthe General Provisions. Lump Sum NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACH 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-1 5030 Wateriine Improvements Quantity A-2 Water Pollution Control - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, for water pollution prevention, control, and monitoring and for doing all the work throughout the duration of construction activities to keep the project in compliance with all local, state and federal regulations. Equipment shall be vacuum style street sweepers and in no instances shall a bobcat sweeper be used at any time. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-3 Traffic Control - The contract lump sum price shall include providing complete traffic control including permits, providing traffic handling/stage construction, and furnishing, installing, maintaining traffic control during all stages of construction, removing traffic control devices when they are no longer needed, and temporary street striping. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-4 Changeable Message Boards - The contract unit price shall include procuring, installing, and maintaining during all stages of construction three (3) changeable message boards per Section 206-9. Upon completion of construction activities, the contractor shall tum over the changeable message boards to CMWD. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 3 Each A-5 Demolition and Removal of Pavement Material - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in the demolition work including demolishing and disposing the existing asphalt concrete pavement, aggregate base material, and gutter aprons. This item includes removal of all demolished materials including hauling and disposal fees. See Item 7 for hauling away unsuitable sub-base material. This item excludes removal and disposal of existing ACP wateriine and appurtenances. See Item 40 for removal and disposal of existing ACP wateriine and appurtenances. This item excludes inlets and storm drains. See "6608 Northwest Quadrant Strom Drain Program" for storm drain and inlet demolition. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-2 5030 Wateriine Improvements-S' ' ' •'•4^<^r^ A-6 Remove Existing Water Meters and Service Laterals- The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing the existing water meters, (water sen/ice piping, and any other related appurtenances) as identified on the contract drawings. This item includes removal of all demolished materials including hauling and disposal fees. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 9 Each A-7 Alternative Bid Item: Unclassified Excavation and Export - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavating and exporting all unsuitable, unused, or excess sub-base material from the site not to be reused including hauling and disposal fees. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions Section 300-2, Standard Specifications, plans and as directed by the Engineer. 2750 Tons A-8 Alternative Bid Item: Import Sub-base Material, Compaction, and Finish Grading - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and placing imported sub-base material, compacting and grading within the area to receive new asphalt paving excluding the overlay areas. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and ail incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1800 Tons A-9 Perform Exploratory Excavation at Utility Connections and Crossings - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in performing exploratory excavation at utility connections and crossings and at connections prior to construction, including but not limited to excavating, backfilling, pavement restoration, traffic control, and permitting. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum A-10 Excavation Safety Measures - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavafion safety measures in conformance with CALOSHA, including but not limited to excavafing, trenching, backfilling, subgrade and pavement restorafion, shoring, slope protecfion and slope stability. The contract lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Spedficafions, plans and as directed by the Engineer. Lump Sum NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-3 5030 Wateriine Improvements • • Quantity A-11 Install AC Pavement - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including prime coats, seal coats, compacfion, and placement and for doing all the work involved in providing and installing asphalt pavement to the lines and grades shown as well as adjusting exisfing manholes, pull boxes and vaults that are to finish grade that are to remain in service. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 650 Tons A-12 Install Aggregate Base Course - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including sub grade preparafion, placement and compacfion and for doing all the work involved in providing, installing and finish grading the aggregate base course material. The contract unit price paid shall be considered full compensafion for fumishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 520 Cubic Yards A-13 20-foot Asphalfic Concrete Pavement Transifions - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including grinding and disposal of exisfing AC pavement, tack coat, AC overlay, feathering to match exisfing pavement and for disposal of excess materials and for doing all the work involved in providing, installing asphalt pavement for three (3) transifions from new to exisfing pavement as shown on the contract drawings to the lines and grades depicted. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and ail incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 45 Tons A-14 12" PVC Wateriine - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavafion, assembly, placement of bedding, backfill and compacfion, and disposal of excess materials and for doing all the work involved in providing and installing the 12-inch PVC wateriine as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 475Linear Feet A-15 10" PVC Wateriine - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavafion, assembly, placement of bedding, backfill and compacfion, and disposal of excess materials and for doing all the work involved in providing and installing the 10-inch PVC wateriine as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 25 Linear Feet NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-4 5030; Wateriine Improvements ; /\ Quantity A-16 6" PVC Wateriine - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, assembly, placement of bedding, backfill and compacfion, and disposal of excess materials and for doing ail the work involved in providing and installing the 6-inch PVC wateriine as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 35 Linear Feet A-17 10" Welded Steel Pipe - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavafion, assembly, placement of bedding, backfill and compacfion, and disposal of excess materials and for doing all the work involved in providing and installing the 10-inch diameter, 0.188 inch thick, welded steel pipe wateriine as shown on the contract drawings including cathodic test stafion with anode per CMWD standard drawing W-30. This includes the dip under the exisfing storm drain secfion per Detail A Sheet 6. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 90 Linear Feet A-18 12" Welded Steel Pipe - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavafion, assembly, placement of bedding, backfill and compacfion, and disposal of excess materials and for doing all the work involved in providing and installing the 12-inch diameter, 0.188 inch thick, welded steel pipe wateriine as shown on the contract drawings including all cathodic protecfion elements per CMWD standard drawings. This includes the dip under the exisfing storm drain secfion per CMWD standard drawing W-34 and the plans. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 60 Linear Feet A-19 Transifion Coupling Adapters - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the transifion coupling adapters as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing ali materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 5 Each NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-5 5030 Wateriine Improyements Quantity A-20 12"x12"x6" Ducfile Iron Tees - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12"x12"x6" ducfile iron tee as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing ail materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 2 Each A-21 12"x12"x10" Ducfile Iron Tees - The contract unit price shall include full compensafion for furnishing ail labor, materials, tools, equipment, and incidentals, and for doing ali the work involved in providing and installing the 12"x12"x10" ducfile iron tees as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 2 Each A-22 2" Blow off Assembly - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in providing and installing the 2" blow off assemblies as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 5 Each A-23 12" - 22.5° Elbow - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12" - 22.5° elbow as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 1 Each A-24 2" Manual Air Release - 2" manual air release assemblies as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 2 Each A-25 6" - 22.5° Elbow - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 6" - 22.5° elbow as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 1 Each NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-6 6030 Wateriine Improvements ' Quaritity A-26 12" - 45° Elbow - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12" - 45° elbow as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for fumishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 2 Each A-27 6" Resilient Wedge Gate Valve - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 6" resilient wedge gate valves as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 2 Each A-28 10" Resilient Wedge Gate Valve - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 10" resilient wedge gate Valves as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 2 Each A-29 12" Resilient Wedge Gate Valve - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12" resilient wedge gate valves as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 4 Each A-30 2" AVAR and Appurtenances - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 2" air-vacuum release assemblies and appurtenances as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 2 Each A-31 12" Flange Coupling Adapter - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 12" flange coupling adapters as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 6 Each NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-7 6030 . Wateriine fr^jproyements Quantity A-32 10" Flange Coupling Adapter - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 10" flange coupling adapter as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 3 Each A-33 6" Flange Coupling Adapter - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing the 6" flange coupling adapters as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 4 Each A-34 Anchor Blocks and Encasement Blocks - The contract unit price shail include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, concrete placement, backfill and compacfion, and for protecfion of exisfing facilifies and for doing all the work involved in providing and installing the anchor blocks and encasement blocks as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 45 Cubic Yards A-35 Thrust Blocks - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, rapid set concrete placement, backfill and compacfion, and for protecfion of exisfing facilifies and for doing all the work involved in providing and installing the thrust blocks as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing ail materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 111 Square Feet A-36 Install 1" Water Service - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, assembly, placement of bedding, backfill and compacfion, trench repair and disposal of excess materials and for doing all the work involved in providing and installing the 1" water services as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 9 Each NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-8 5030 Wateriine Improvements , Quantity A-37 Remove Exisfing and Install New Fire Hydrant - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing and disposing and providing and installing the fire hydrant as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 1 Each A-38 Dewatering - The contract sfipulated lump sum price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing, installing, and maintaining dewatering operafions throughout construcfion activifies including disposal of dewatering wastewater when encountered during construcfion acfivifies where dewatering is included (i.e. construcfion of potable water and storm drain pipelines and French drain). The contract sfipulated lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. Sfipulated Lump Sum A-39 Slurry Fill Exisfing 10" & 12" Asbestos Concrete Pipe not to be Removed and to be Abandoned - The contract lump sum price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including connecfions, coordinafion with property owners, sampling and tesfing and for doing all the work involved in providing and installing slurry fill for the exisfing 10" and 12" Asbestos Concrete Pipe to be abandoned. The contract lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. Lump Sum A-40 6-Inch Potable Water Bypass System - The contract lump sum price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing, installing, and maintaining the 6-inch potable water bypass system throughout construcfion activifies. The contract lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. Lump Sum A-41 Remove and Dispose Of Exisfing Asbestos Concrete Pipe Wateriine and Appurtenances - The contract unit price shall include full compensafion for furnishing ali labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing and disposing the 12-Inch, 10-inch, and 6-inch asbestos concrete pipe wateriine and appurtenances including unclassified excavafion as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 230 Linear Feet NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-9 5030 ; Wateriine Improvements Quantity A-42 Plug Abandoned Pipe Ends - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved providing and installing the pipe end plugs. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 4 Each A-43 Signing and Striping - The contract lump sum price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing ali the work involved in providing and installing all the Signing and Striping including inlet stenciling, address painfing and one (1) fire hydrant marker as shown on the contract drawings. The contract lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. Lump Sum A-44 Construcfion Trailer - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved providing and installing a construcfion trailer throughout construcfion acfivifies as well as removal once construcfion activifies are completed. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 4 Months A-45 Ufility Relocafions not Shown on Plans and as Required by Engineer Per General Provisions Secfion 3-3 - The contract sfipulated lump sum price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing ali the work involved in providing and installing ufility relocafions not shown on plans and as required by engineer. The contract sfipulated lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and ali incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. Sfipulated Lump Sum A-46 Reset Street Survey Monument Per SDRSD M-10 - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and resetting the street survey monuments per SDRSD M-10. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 2 Each NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-10 5030 " ^ : Wateriine Improvements 'Ql^tfeit A-47 Raise Storm Drain Manhole to Grade - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in raising the storm drain manhole to grade as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 1 Each A-48 AC Removal Beyond 5" Thickness in Patch Areas - The contract sfipulated lump sum price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, hauling, and disposing the exisfing asphalt concrete pavement beyond 5-inches thick in the areas identified on the contract drawings. The contract sfipulated lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals including disposal fees, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. Sfipulated Lump Sum A-49 Alternafive Bid Item: Aerate and Reuse exisfing Sub-Base Material - The contract sfipulated lump sum price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, hauling, and staging offsite as necessary and for doing ali the work involved in processing and aerafing the exisfing sub-base material to opfimum moisture content, and placing and compacfing the exisfing sub- base material to the lines and grades shown. The contract lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals including disposal fees, necessary to complete the work in accordance with the General Provisions, the Special Provisions. Standard Specificafions, plans and as directed by the Engineer. 1550 Cubic Yards 6608 Northwest Quadrant Strom Drain Program Improvements .Quantity B-1 Mobilizafion, Preparatory Work, and Demobilization for Drainage improvements - See Secfion 9-3.4.1 ofthe General Provisions. Lump Sum B-2 Remove and Replace Cross-Gutter (Bruce Road) - The contract unit price shail include full compensation for furnishing ail labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing and replacing the cross-gutter at Bruce Road as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing ali materials, labor, tools, equipment, and ail incidentals, necessary to complete the work in acicordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 300 Square Feet NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-11 6608 Northwest Quadrant Strom Drain Program improvements Quantity B-3 Remove and Replace Cross-Gutter (Cove Drive) - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing and replacing a portion of the cross- gutter at Cove Drive as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing ail materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 845 Square Feet B-4 Remove and Dispose of Storm Drain Pipeline (18-inch RCP) - The contract unit price shall include full compensafion for furnishing ali labor, materials, tools, equipment, and incidentals, including excavafion, removal, disposal, and imported backfill material and for doing ail the work involved in demolishing, removing, and disposing the 18-inch storm drains in Adams Street and Park Drive as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Speciai Provisions, Standard Specifications, plans and as directed by the Engineer. 40 Linear Feet B-5 Remove and Dispose of 5'X5'X5' Concrete Storm Drain inlet Structure - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, removal, disposal, and imported backfill material and for doing ali the work involved in ciemolishing, removing, disposing the 5'x5'x5' concrete storm drain inlet structure in Adams Street as shown on the qontract drawings. The contract unit price paid shail be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 1 Each B-6 Remove and Dispose of Curb Inlet and Grate - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing ail the work involved in demolishing, removing, disposing the curb inlets and grates in Park Drive as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing ali materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-12 66oa . Northwest Quadrant Strom Drain Program Improvements '* , ' Quantity B-7 Abandon Existing 24" RCP in Place with Concrete Cap - The contract lump sum price shail include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing aii the work involved in abandoning the existing 24-inch storm drain in Park Drive and adjacent parking lot as shown on the contract drawings. The contract lump sum price paid for this bid item shail constitute full compensation to furnish material and labor to cap and fill existing storm drain with slurry fill accordance with Section 201-1, the construction drawings, and contract documents. This inciudes but is not limited to potholing of existing storm drain, excavation, backfill, compaction, resurfacing, aggregate base, and no additional compensation will be allowed therefore. Lump Sum B-8 Construct Type-i Catch Basin - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, placement, backfill and compacfion, asphalt concrete placement and finishing adjacent to the inlet, and disposal of excess materials and for doing all the work involved in constructing the Type-I catch basin per SDRSD D-29 in Bruce Road as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing ail materials, labor, tools, equipment, and ail incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each B-9 Construct 12-inch HDPE Storm Drain System - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavafion, assembly, placement of bedding, backfill and compaction including but not limited to the surface preparation for the pedestrian ramp replacement, and disposal of excess materials for doing all the work involved in constructing the 12-inch HDPE storm drain in Bruce Road and Park Drive to the lines and grades shown in the contract drawings. The contract unit price paid shall be considered full compensation for furnishing ali materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 60 Linear Feet B-10 Construct 18-inch RCP Storm Drain - The contract unit price shail include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing ail the work involved in construcfing the 18-inch RCP Storm Drains in Park Drive and Adams Avenue as identified on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing ail materials, labor, tools, equipment, and ali incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 40 Linear Feet NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-13 6608 Northwest Quadrant Strom Drain Program Improvements Quantity B-11 Construct Type B Curb inlet - The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, placement, backfill and compacfion, and for doing all the work involved in constructing the Type B curb inlets along Park Drive per SDRSD D-2 as shown on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 2 Each B-12 Construct Type A Storm Drain Cleanout - The contract lump sum price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including excavafion, placement, backfill and compaction, and for doing all the work involved in constructing a Type A storm drain cleanout per SDRSD D-9 in Park Drive as shown on the contract drawings. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each B-13 Construct French Drain System - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavafion, assembly, placement of bedding, backfill and compaction, and disposal of excess materials and for doing all the work involved in constructing the French Drain System in Park Drive as identified on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing ail materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 445 Linear Feet B-14 Remove Existing Concrete Sidewalk and Curb Inlet Lid and Reconstruct - Remove the existing concrete sidewalk and curb inlet lid located on the North side of Adams Avenue and replace per SDRSD D-2 as modified by city of Carisbad. The contract unit price paid shail be considered full compensation for furnishing ali materials, labor, tools, equipment, and ali incidentals, including demolifion, removal, disposal fees, and reconstruction and all work necessary to complete the improvement in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1 Each 6013 Concrete Repair Program Improyements Quantity C-1 Mobilization, Preparatory Work, and Demobilization for Drainage improvements - See Secfion 9-3.4.1 ofthe General Provisions. Lump Sum NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-14 6013 C-2 Remove and Replace 4-inch Thick Sidewalk - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing, and construcfing the concrete sidewalk per SDRSD G-7 along both sides of Park Drive including the intersection with Adams Street, Cove Drive, and Bruce Road. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 1750 Square Feet C-3 Remove Exisfing Curb and Gutter and Replace With Curb and Gutter Per SDRSD G-2 - The contract unit price shall include full compensation for furnishing ali labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing, and construcfing the concrete curb and gutter along Park Drive including the intersections with Adams Street and Cove Drive per SDRSD G-2. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and ail incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 300 Linear Feet C-4 Reestablish Property Corners - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in reestablishing the property corners resulting from sidewalk replacement. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specificafions, plans and as directed by the Engineer. 5 Each C-5 Reconstruct Pedestrian Ramp at the Intersecfion of Bruce Road and Park Drive - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the pedestrian ramp, at the intersection of Bruce Road and Park Drive as identified on the contract drawings. The contract lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Lump Sum NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-15 6013 .; Cplpr^te Repair Program Improvements Quantity C-6 Construct Pedestrian Ramp per SDRSD G-29 - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing three (3) pedestrian ramps, one (1) at the intersection of Adams Street and Park Drive and two (2) at the intersection of Cove Drive and Park Drive, per SDRSD G-29 as identified on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Speciai Provisions, Standard Specifications, plans and as directed by the Engineer. 3 Each C-7 Remove and Replace Curb per SDRSD G-11 - The contract unit price shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing, and construcfion of the concrete curb per SDRSD G-11 as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and ail incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 145 Linear Feet C-8 Remove 4-inch Thick Sidewalk and Replace with 7.5-inch Thick Sidewalk - The contract unit price shall include full compensafion for furnishing ali labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, and disposing the existing 4-inch thick sidewalk and construcfing a 7.5-inch thick sidewalk in its place along Park Drive at the entrance to the parking lot as shown on the contract drawings. The contract unit price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. 210 Square Feet END OF SECTION NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 MEASUREMENT & PAYMENT SECTION 01200-16 B. Recording Media Utilize a high resolution DVD with extended still frame capability. PART 3 EXECUTION A. Coverage 1. Record coverage of suri'ace features located within 100 feet of where construction will take place including, but not limited to: a. Roadways, driveways, sidewalks, bicycle paths, and railroads b. Buildings, walls, retaining walls, and seawalls c. Ponds, culvert ends, and drainage structures d. Landscaping, trees, shrubbery, fences, and irrigafion heads. 2. Record the individual features of each item with particular attention being focused upon the existence of any existing faults, fractures, or defects. 3. Control pan rate, rate of travel, camera height, and zoom rate to maintain a steady clear view. 4. Limit recorded coverage to one side of any street at any one time. 5. Create a single, confinuous, unedited recording which begins and ends within each portion of a particular construction area. The recording shall proceed in the direcfion of ascending baseline stafioning. B. Audio Content 1. Simultaneously record audio content during videotaping. 2. Audio recording shall assist in viewer orientafion and in any needed identificafion, clarification, or description of features being recorded. 3. Audio recording shall only consist of camera operator commentary. C. Indexing 1. Permanenfiy label each DVD with a sequential number and the project name. 2. Index each DVD with a digital record of the time and date of the recording which is confinuously displayed as the tape or DVD is played. 3. Prepare a written log which describes the contents of each DVD including: a. Names of streets or easements. b. Coverage begin/end station and location. c. Recording date. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PRECONSTRUCTION AV DOCUMENTATION PARK DRIVE IMPROVEMENTS SECTION 01360-2 D. Condifions 1. Record coverage during dry, clear weather and during daylight hours only. 2. Record coverage when the area to be videoed is free of debris or obstructions. 3. Record coverage no more than 21 days prior to mobilization at the site. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PRECONSTRUCTION AV DOCUMENTATION PARK DRIVE IMPROVEMENTS SECTION 01360-3 SECTION 01450 QUALITY CONTROL Descripfion 1. Quality assurance - control of installafion. 2. Tolerances. 3. References. 4. Inspecfing and tesfing laboratory services. B. Qualitv Assurance - Control of Installafion 1. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. 2. Comply with manufacturers' instructions, including each step in sequence. 3. Should manufacturers' instrucfions conflict with Contract Documents, request clarification from Engineer before proceeding. 4. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 5. Perform work by persons qualified and experienced to produce workmanship of specified quality. 6. Secure products in piace with positive anchorage devices designed and sized to withstand stresses, vibrafion, physical distortion, or disfigurement. C. Tolerances 1. Monitor tolerance control of installed products to produce acceptable Work. Do not permit tolerances to accumulate. 2. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. 3. Adjust products to appropriate dimensions; position before securing products in place. D. References 1. For products or workmanship specified by associafion, trade, or other consensus standards, complies with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes or these specifications. 2, Conform to reference standard by date of issue current on date of Contract Documents, or date specified in the individual specification sections, except where a specific date is established by code. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 QUALITY CONTROL PARK DRIVE IMPROVEMENTS SECTION 01450-1 3. The contractual relationship, duties, and responsibilities of the parties in the Contract and those of the Engineer shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. E. Measurement and Pavment No separate payment item is provided for this work. The cost of performing this work shall be included in the price for various contract items of work involved. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 QUALITY CONTROL PARK DRIVE IMPROVEMENTS SECTION 01450-2 SECTION 02020 DESTRUCTION AND ABANDONMENT OF WELLS PART 1 GENERAL A. Work Included This Section includes the destrucfion and abandonment of wells. B. Related Work Section 300 of the General Provisions: Earthwork C. Description of the Work Contractor shall perform the following: 1. Submit an applicafion for a permit for well destrucfion to County of San Diego Department of Environmental Health 2. Obtain permit for destruction of the well from the County 3. Provide 2 copies of permit to Owner 4. Perform all work in accordance with County of San Diego permit condition and California Department of Water Resources. 1991. California Well Standards, Bullefin 74- 90. June 5. Clean up site 6. Properiy dispose of excavated well materials in accordance with County of San Diego Department of Environmental Health standards 7. Submit well destruction records to County of San Diego and Owner within 60 days PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION A. Seal the well length with material that will prevent migration between permeable layers and prevent surface material from short circuiting. B. Wells can be over-drilled using hollow-stem auger. C. All well material within the original borehole, including the filter pack, screen, casing, and sealing material shall be removed. D. The open borehole shall be backfilled by injecfing neat cement or bentonite grout. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DESTRUCTION & ABANDONMENT PARK DRIVE IMPROVEMENTS SECTION 02020-1 E. The grout will consist of neat cement per Secfion 201-6 SSPWC or bentonite mixed at a ratio of one 94-pound sack of Portland cement or bentonite to 5 to 6 gallons of potable water. F. The Portland cement shall meet ASTM 0150 Standard Specification for Portland Cement. G. The monitoring well will be filled proceeding upward from the bottom in a confinuous manner. H. The volume of grout shall be measured (and recorded) against the anficipated volume of the well to verify adequate filling. I. The grout should be allowed to settle and set and any settling should be filled in before surface complefion. J. Then the wellhead shall be excavated to a minimum depth of 3 feet and the surface restored to match existing or proposed improvement. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DESTRUCTION & ABANDONMENT PARK DRIVE IMPROVEMENTS SECTION 02020-1 SECTION 02060 DEMOLITION OF ASBESTOS CONCRETE PIPE (ACP) PART 1 GENERAL A. The Reguirement 1. THE CONTRACTOR shall furnish materials, equipment, and labor necessary to perform and complete demolifion work called for in the Contract Documents. 2. The WORK includes demolifion, removal and disposal of the exisfing 6-inch, 10-inch, and 12-inch asbestos concrete pipe segments in Park Drive and Adams St. in the City of Carisbad only, as called for on the construcfion drawings. Refer to the GENERAL PROVISION for the demolition of all other facilities. Various reaches of the 6-inch, 10- inch, and 12-inch asbestos concrete piping shall be cut, capped and abandoned as called for on the contract drawings. 3. Perform all other works to complete the project in a neat and workman like manner to meet the intenfion of this contract. B. Reference Specificafions. Codes, and Standards 1. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 2. Latest Edition of California Health and Safety Code Secfion 25915 to 25919.7. 3. Latest Edition of California Safe Drinking Water and Toxic Enforcement Act of 1986 (Proposifion 65). 4. Latest Edition of California Code of Regulations Section 1529 Asbestos. 5. Latest Edifion of California Code of Regulafions Division 4.5 Environmental Health Standard for the Management of Hazardous Waste. 6. Latest Edition of California Code of Regulations Secfion 35001 thru 36100. 7. Latest Edifion of Code of Federal Regulafions 29 CFR 1926.354. C. Reference Precautions 1. Contractor shall remove asbestos-containing materials and asbestos-containing construcfion materials prior to any activifies that will impact these materials. 2. Asbestos disturbance and/or removal operations must be conducted by a Cal/OSHA- registered and State of California licensed asbestos removal contractor. Disturbance and/or abatement operations should be performed under the direct observation of a California Certified Asbestos Consultant or Certified Site Surveillance Technician. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DEMO OF ASBESTOS CONCRETE PIPE PARK DRIVE IMPROVEMENTS SECTION 02060-1 3. Contractor shall conduct all construction activities involving the potenfial for impacfing asbestos-containing materials in accordance with the requirements of Title 8 of the California Code of Regulations, Secfion 1529 (8CCR 1529). 4. Contractor shall notify San Diego Air Pollufion Control District (SDAPCD) for activifies which involve the removal of at least 160 square feet, 260 linear feet, or 35 cubic feet of identified friable or regulated asbestos containing materials ten working days prior to the initiation of such activities. 5. Contractor shall provide written notification to Cal/OSHA 24 hours prior to initiation of activities involving asbestos-related work of at least 100 square of linear feet. 6. Contractor shall notify employees working in the control building in accordance with California Health and Safety Code, Secfion 25915 etseq and Proposition 65. D. Contractor Submittals 1. General: Submittals shall be made in accordance with the GENERAL PROVISIONS. 2. Certifications for California Certified Asbestos Consultant or Certified Site Surveillance Technician. 3. The name of the proposed Treatment, Storage and Disposal Facilities (TSDF's) that the CONTRACTOR has selected. 4. Demolifion Schedule: The CONTRACTOR shall submit a complete work plan for demolifion work as required by Section 2-5.3 ofthe General Provisions for ENGINEER'S approval prior to start of the work. The work plan shall indicate proposed methods and operafions of facility demolifion, and provide a detailed sequence of demolition and removal work. E. Qualitv Assurance Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. F. Job Condifions Condition of Facilifies: AGENCY assumes no responsibility for actual condition of facilities to be demolished. The CONTIRACTOR shall visit the site and inspect the existing facilities at the mandatory pre-bid meefing and at the commencement of demolifion activities. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION A. Occupancy and Pollution Control 1. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used to limit dust and dirt rising and scattering in the air. Comply with AGENCY regulafions pertaining to environmental protecfion. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DEMO OF ASBESTOS CONCRETE PIPE PARK DRIVE IMPROVEMENTS SECTION 02060-2 2. Water shall not be used when it creates hazardous or objectionable condifions such as ice, flooding, or pollufion. 3. Water contaminated with sediment or hazardous or toxic materials shall not be allowed to run off into the public storm drain system (including street gutters). Such runoff shall be intercepted, collected and disposed of according to existing environmental regulations. B. Protection 1. Safe passage of persons around area of demolifion shall be ensured. Operafions shall be conducted to prevent damage or contamination to adjacent buildings, structures, other facilities, and people. 2. Exterior shoring, bracing, or supports shail be provided to prevent movement, settlement or collapse of facilifies to be demolished, and to adjacent facilifies to remain. 3. Existing landscaping materials, structures, and appurtenances, which are not to be demolished shall be protected and maintained as necessary and in accordance with Section 7-9 of the General Provisions. 4. The CONTRACTOR shall protect and maintain conduits, drains, sewers, pipes, and wires that are to remain. C. Demolition 1. All demolished asbestos concrete pipe shall be removed and disposed of offsite in a safe and legal manner. All asbestos concrete pipe to be abandoned shall be capped in accordance with Section 15000. 2. Below-grade areas and voids resulfing from demolition of structures shall be completely filled. 3. All import for fill activities to fill in for removed items shall be per Section 300-4 Unclassified Excavafion. Payment for Unclassified Excavafion shall be included in the lump sum bid for Demolifion, Removal and Disposal of Existing ACP Wateriine and Appurtenances. 4. All earthwork activifies, including but not limited to excavation and trenching, shall be in accordance with Section 300, "Earthwork". 5. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as shown. D. Disposal of Demolished Materials 1. Demolifion and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the agency. Alternate routes shall be provided around closed or obstructed trafl'ic ways. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DEMO OF ASBESTOS CONCRETE PIPE PARK DRIVE IMPROVEMENTS SECTION 02060-3 Site debris, rubbish, hazardous materials identified in Part 1.1 herein and other materials resulfing from demolition operations shall be removed at the CONTRACTOR'S expense. Burning of removed materials from demolished structures shall not be permitted onsite. The ENGINEER shall provide the CONTRACTOR an EPA Generator ID Number. This number will be used on all Hazardous Waste Manifests or Shipping Papers used to transport hazardous waste. Copies of all manifests and shipping papers will be provided to the ENGINEER at the fime of transport for any Hazardous Waste and completed copies signed by the TSDF will be returned to the ENGINEER within the time frames specified by state and federal regulations. Cleaning During and upon completion of work, the CONTRACTOR shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean, approved condifion in accordance with the GENERAL PROVISIONS. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition, as directed by the ENGINEER or the INSPECTOR, and return adjacent areas to condition existing prior to start of work. The CONTRACTOR shall remove and legally dispose of demolished materials and debris from the site. The CONTRACTOR shall clean and sweep the street and road daily during debris removal. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DEMO OF ASBESTOS CONCRETE PIPE PARK DRIVE IMPROVEMENTS SECTION 02060-4 SECTION 02240 DEWATERING PART 1 GENERAL A. Work Included This Section includes dewatering and disposal of groundvyater. B. Related Work Section 300 of the General Provisions. C. Svstem Description 1. Provide confinuous control of water throughout construcfion, including weekends and holidays, and during work shutdowns. 2. A discharge permit from Encina Wastewater Authority is required. 3. Comply with applicable permit condifions, building codes and standards. 4. Dewater, treat, and dispose of water so as not to cause injury or nuisance to the public or private property. D. Qualitv Assurance Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary trades and crafts and who are completely familiar with the specified requirements and methods needed for proper performance ofthe Work of this Secfion. E. References • City of Carisbad requirements for Compliance with National Pollution Discharge Eliminafion System (NPDES) Permit for Discharges to Storm Drain System. • Regional Water Quality Control Board Discharge Permit Requirements. • Encina Wastewater Authority Discharge Permit NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DEWATERING PARK DRIVE IMPROVEMENTS SECTION 02240-1 Submittals Furnish the following submittals. SUBMITTAL DESCRiPTiON Water Control Plan Submit water control plan as an informational submittal no less than 60 days after notice to proceed or 30 days before installation of water control systems. Review will be solely for conformance to the requirements of this section with no warranty of whether the reviewer believes the plan will work. Describe the following: 1. Applicable permit requirements 2. Equipment proposed 3. Methods proposed 4. Standby equipment proposed 5. Capacities of pumps, motors and engines, including standby equipment 6. Power supply 7. Standby power 8. Pollufion control facilifies 9. Proposed discharge locations 10. Provisions for immediate temporary water supply 11. Water control schedule 12. Operation procedures 13. Equipment removal and/or abandonment procedures Preconstruction Photographs Before dewatering, photograph and document existing cracks of concrete and masonry surfaces which may subsequently be attributed to dewatering operations. Amended Water Control Plan Required if system is modified during installation or operation Catalog Data Submit for treatment equipment, pumps, prime movers, and metering and monitoring equipment proposed Shop Drawings Show locafions, dimensions, and relafionships of elements of each system, including but not limited to: well points, piping, silt/sand traps, sumps, discharge lines, monitoring points treatment equipment, and discharge points Engineering Calculafions Required for per engineering calculations requirements. Demonstrate adequacy of proposed dewatering systems and components. Flow Data Submit flow measurements daily for previous 24 hours (midnight to midnight) G. Lump Sum Prices Payment for the Work in this secfion shall be included as part of the sfipulated lump sum amount to be paid on a time and materials basis for which such Work is appurtenant thereto. PART 2 PRODUCTS (Not Applicable) NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 DEWATERING SECTION 02240-2 PART 3 EXECUTION A. Preparation 1. Make field measurements needed for dewatering before submitting water control plan. Make minor changes in dimensions and alignments as needed to avoid ufilifies or structural conflicts. 2. Do not begin installing dewatering equipment unfil submittals have been accepted by the ENGINEER. 3. Provide adequate backup systems to control water. Provide sufficient redundancy in each system to keep excavation free of water in event of component failure. 4. Electrical service used for dewatering shall be dedicated solely for groundwater control. 5. Provide 100% emergency power backup with automatic startup and switchover in event of power failure. B. Dewatering 1. Comply with requirements of Regional Water Quality Control Board and County Flood Control District. 2. Continuously control water throughout construcfion, including weekends, holidays, and work stoppages. 3. Do not shut down dewatering without written permission from ENGINEER. 4. Maintain excavations free of water, regardless of water's source, until excavations are backfilled to final grade. 5. Design and operate dewatering systems with proper size and capacity: To permit excavating, piping and concrete work, and all other construction in the dry. To lower groundwater two feet below the lowest excavation point. To prevent hydrostatic uplift forces until backfill is in place. To allow concrete to reach its 28-day compressive strength in the dry. To prevent loss, caving, loosening or softening of ground as water is removed. To avoid inducing settlement or damage to existing facilities, completed Work or adjacent property. To relieve artesian pressures and resultant uplift of excavation bottom. Modify water control system after installation and while in operation if it causes or threatens damage to adjacent property, structures or utilities. 6. Control surface drainage and prevent it from entering excavations as follows: • Intercept and divert runoff away from Work using dikes, curb walls, ditches, sumps, sand bags or other means. • Design surface drainage system to minimize erosion on or off the site. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DEWATERING PARK DRIVE IMPROVEMENTS SECTION 02240-3 7. Provide supplemental ditches and sumps for groundwater only as needed to collect water from local seeps and from Pipe Zone backfill of utilities intersecting the excavation. Do not use ditches and sumps as primary dewatering means. 8. Do not convey groundwater in open ditches or trenches. 9. Upon receiving written authorization from ENGINEER, remove dewatering system as follows: • Abandon monitoring points in conformance with applicable regulatory requirements. • Dewatering system components shail remain Contractor's property. • Upon completion of dewatering, restore ground surfaces to preconstruction condifions. C. Field Qualitv Control Field tesfing shall include the following: ITEM TEST FOR TEST STANDARD (ASTM OR OTHER TEST STANDARD) FREQUENCY FIRST TEST PAID FOR BY RETESTS PAID FOR BY Water volume removed Water volume removed daily Use metering device or procedure accepted by Owner's Representative and calibrated within previous 60 days Confinuous metering Contractor Contractor Water volume added Monitor water volume introduced Use metering device or procedure accepted by Owner's Representative and calibrated within previous 60 days Confinuous monitoring Contractor Contractor Quality of disposed water Water quality Regional Water Quality Control Board and County Fiood Control District permit requirements As required by permit Contractor Contractor D. Protection • Disposal of water shail not cause erosion, flooding or silfing at discharge point. • Disposal of water shall not damage existing facilities, completed work or adjacent property. • Do not cause flooding by overioading or blocking flow of discharged water. • Any structure, paving or utility that becomes unstable or vulnerable to settlement or cracking that may be attributed to dewatering shail be supported immediately using procedures such as bracing, underpinning or compacfion groufing. END OF SECTION NOVEMBER 2012 PARK DRIVE IMPROVEMENTS CONTRACT 5030, 6608, & 6013 DEWATERING SECTION 02240-4 SECTION 02620 SUBDRAINAGE AND FRENCH DRAINS PART 1 GENERAL A. Description of Work Work includes, but is not necessarily limited to, all related materials, labor, services and equipment to execute the site subdrainage work as indicated on the drawings, specified herein and as necessary for proper complefion. B. References 1. Standards and Organizafion • Referenced American Society for Testing and Materials (ASTM) Standards. 2. Standard Specifications • Latest Edition of Standard Specifications for Public Works Construction (Greenbook), including the regional and City of Carisbad supplement. • City of Carisbad Engineering Standards (Latest Edifion). • California Manual on Uniform Traffic Control Devices (FHWA's MUTCD Latest Edition, as amended for use in California). • State of California Department of Transportation, Standard Specifications (Latest Edition). 3. Standard Drawings • Regional Standard Drawings (Latest Edition). • State of California, Department of Transportation Standard Plans (Latest Edition). 4. Reports • Geotechnical Reports for Park Drive, prepared by Ninyo and Moore, see Appendix G. C. Submittals D. The Contractor shall furnish submittals in accordance with Secfion 2-5.3 of the General Provisions. E. Product Deliverv. Storage and Handling F. Deliver materials on manufacturers original skids. G. Deliver, store and handle ail products in a manner to prevent damage and deteriorafion. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 SUBDRAINAGE & FRENCH DRAINS PARK DRIVE IMPROVEMENTS SECTION 02620-1 PART 2 PRODUCTS A. Materials • Perforated French Drains: 6" perforated P.V.C. or A.B.S. pipe conforming to ASTM 2751 and ASTM 3033, for SDR 35. SDR 35 shall be used for fill height not exceeding 35 feet. • Filter Material: o Provide open-graded crushed rock (3/4" particle size) surrounded entirely by filter fabric. o Filter Fabric: Woven fabric, freely permeable to moisture transmittal, Mirafi 500x, or equal. PART 3 EXECUTION A. Installafion 1. Trenches for drains shall be excavated to a width of three feet and to the depth shown on the plans or as directed by the Engineer. 2. If filter fabric is to be used, wrap trench with filter fabric as manufacturer recommends. 3. The bottom of the trench shall be covered full width by 6 inches of filter material and the drainpipe shall be laid with the perforafions at the bottom and sections shall be joined with couplers. The pipe shall be laid on a minimum slope of 1 percent and drained to curb outiet or storm drain. 4. Assure that pipe perforations are placed downward. 5. Place filter material around sides of pipe and tamp without disturbing pipe posifion. 6. Place additional filter material over top of pipe to level of earth fill, or as directed by the engineer. 7. Joints: • Complete joints in accordance with pipe manufacturer's Instructions. • Check completed piping to assure joints are intact. B. Testing Test all drainage lines for positive flow and blockage. Repair as necessary. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 SUBDRAINAGE & FRENCH DRAINS PARK DRIVE IMPROVEMENTS SECTION 02620-2 SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES PART 1 GENERAL A. Description The steel pipe shall be coated with polyethylene tapes in accordance with AWWA 0214. Fittings and specials shall be coated with cold-applied polyethylene tapes in accordance with AWWA C209. A reinforced cement mortar shield shall be applied in accordance with AWWA C205. Any modiflcations to the aforementioned standards are as stated herein. B. Related Work Elsewhere The Contractor shall refer to the following technical speciflcation section(s) for additional requirements: • Painfing and Coafing: 09900 • Petrolatum Wax Tape Coating: 09902 • Cement Mortar Lined Steel Pipe: 15061 C. Qualifications of Manufacturers Manufacturer to demonstrate a minimum of five years of successful application of tape coating system on similar diameter steel water pipelines as specified herein. D. Submittals Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3 of the General Provisions. The following submittals are required. 1. List of tape coafing materials indicating manufacturer, product numbers, and thickness of materials related to tape system for joints and repairs. 2. Certification of test results for each batch of liquid adhesive and each tape material specified shall be in accordance with AWWA 0214. 3. Tape application procedure approved by tape manufacturer. E. Coordination with Tape Manufacturer The pipe manufacturer shall require the tape material manufacturer to furnish qualified factory technical representative to visit the site for technical support at the beginning of the pipe installation as may be necessary to instruct Contractor on appropriate tape application methods in the field or to resolve problems. This visit shall be coordinated to allow City Inspecfion and Maintenance Staff' to participate in the instrucfion. The Contractor shall allow fime for representative to give field taping instructions to his workforce. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 TAPE COATING SYSTEM PARK DRIVE IMPROVEMENTS SECTION 09870-1 Part 2 Materials A. Polyethylene Tape Coating 1. Provide polyethylene tape coating in accordance with AWWA 0214 with a reinforced cement mortar shield in accordance with AWWA C205 and as specified herein. Plant and field applied liquid adhesive, polyethylene tape, and plant and field applied repair tape shall be furnished by a single manufacturer. The physical properties of tape materials shall meet or exceed the requirements of AWWA 0214 when tested in accordance with the methods described in Section 5.3, "Coating System Tests". 2. The tape coating systems consist of an exterior polyethylene tape over the bare metal surface of steel pipe with a reinforced cement mortar coating applied over the tape system. Tape coating systems are specified for: • Normal plant cold-applied tape • Plant cold-applied tape for special secfions, connecfions and fittings, and plant repairs of cold-applied tape • Field joint, field coated fittings and repair of field cold-applied tape. B. Liquid Adhesive Liquid adhesive shall consist of a mixture of suitable rubber and synthefic compounds and a solvent in accordance with AWWA 0214. The liquid adhesive shall be primer per Appendix 0 or equivalent. C. Storage Primer Storage primer on the exposed steel at the tape cutbacks shall be per Appendix C. D. Plant Applied Polyethylene Tape Svstem, Polyken. or Eguivalent (80 Mil) Liquid adhesive shall be primer per Appendix C. Anfi-corrosion inner layer tape shall be per Appendix C, black. First mechanical outer layer tape shall be per Appendix C, gray. Second mechanical outer layer tape shall be per Appendix 0, white. Reinforced cement mortar shield 3/4" thick. Weld Stripping Tape shall be per Appendix C (25 mil), if required. Plant Cold-Applied Tape Coatings for Speciai Sections. Connections and Fitfings. and Plant Repair Cold-Applied Polyethylene Tape Material • Liquid adhesive shall be primer per Appendix C. • Anti-corrosion inner layer shall be (50 mil), black per Appendix C. • Mechanical layer outer tape for plant fittings and plant repair cold-applied polyethylene tape shall be (30 mil), white per Appendix C. • Reinforced cement mortar shield 3/4" thick. • Weld stripping tape shall be (25 mil) per Appendix C, if required. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 TAPE COATING SYSTEM PARK DRIVE IMPROVEMENTS SECTION 09870-2 F. Field Joint. Field Coated Fittings, and Field Repair Cold-Applied Polyethylene Tape • Primer shall be per Appendix C. • Joint filler tape to be (125 mil), black, per Appendix C. • Field joint, field fitting, and field repair outer layer tape shall be per Appendix C, (50 mil). • Mechanical layer outer tape for field joint, field fitfings and field repair shall be per Appendix C, continue inner layer with 50% overiap. PART 3 EXECUTION A. Polyethylene Tape Coafing 1. Apply polyethylene tape coafing to pipe in accordance with AWWA 0214. Apply polyethylene tape coating to fittings and specials in accordance with AWWA C209. Appiy the reinforced cement mortar shield in accordance with AWWA 0205. Any modificafions to the aforementioned standards are as stated herein. 2. Certificate of Compliance: Prior to shipment of pipe, furnish a certificate of compliance stafing that tape materials and work furnished hereunder will comply or have complied with the requirements of these specificafions and AWWA 0214 and C209. B. Straight Run Pipe Applicafion 1. For straight run pipe, plant applied condifions, the polyethylene tapes shall be a four layer system consisfing of: (1) liquid adhesive; (2) corrosion prevenfion tape (inner layer); (3) mechanical protective tape (first outer layer); (4) mechanical protective tape (second outer layer). 2. Perform the entire coating operation by experienced workers skilled in the application of polyethylene tapes and cement mortar coafing under qualified supervisors. After completion ofthe tape system, all handling shall be by padded equipment to prevent any damage of the tape system. Tesfing of tape system shall be performed per 3.5 of this secfion. 3. All equipment for blasfing and application of the tape coafing system shall be of such design and condifion to comply with all the requirements of AWWA 0214 and these specifications. Immediately repair or replace equipment that, in the opinion of the Engineer, does not produce the required results. Include equipment and a repair procedure for correcting defective tape application for use under this specification in the steel pipe fabrication plan. Make available for review a copy of this portion of the fabrication plan, and any updates, at the locafion of the coafing operation, and a repair procedure for correcting defective tape application. 4. Remove the exterior weld bead along the enfire exterior surface of the pipe. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus 1/32-inch. 5. Surface preparafion shall conform to AWWA 0214 and the following. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 TAPE COATING SYSTEM PARK DRIVE IMPROVEMENTS SECTION 09870-3 a. Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. Remove welding slag or scale from all welds by wire-brushing, hammering, or other safisfactory means. Remove welding splash globules prior to priming. b. Prior to blast cleaning, inspect surfaces and, if required, pre-clean in accordance with the requirements of SSPC SP-1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Remove visible oil and grease spots by solvent wiping. Use only approved solvents that do not leave any residue. Include in the manufacturer's fabrication plan the cleaning solvent applications procedure and safety precautions. 6. Blast cleaning shall conform to AWWA 0214 and the following. a. Blast the pipe surface using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP-6, Commercial Blast Cleaning. b. For plant mortar lined pipe, perform blast cleaning of said exterior surfaces after the inifial curing of the spun mortar lining. Perform the exterior blast cleaning in such a manner as not to endanger the mortar lining in the pipe. Completely remove corrosion and foreign substances from the exterior of the pipe in the cleaning operation, and apply liquid adhesive after complefion of blast cleaning. c. Achieve from abrasive blasting an anchor pattern profile a minimum of 1.0 mil, but not exceeding 3.0 mils. Measure the anchor pattern or profile of the blasted surface using comparator tape as specified herein. d. Inspect the blast cleaned exterior pipe surface for adequate surface preparation prior to application of the liquid adhesive. Surface comparator tapes are to be used by the manufacturer in at least eight random areas, along any given 40-foot length of pipe. The results of the surface comparator tapes are to be documented on the quality control sheet for each pipe section. e. Coat each pipe section with liquid adhesive and tape within the same day of being blast cleaned. Do not allow blasted and/or blasted and primed pipe to sit overnight. All blasted and primed pipe must be coated by the end of the day. No coating will be permitted on pipe sections showing evidence of rust. 7. Liquid adhesive application shall conform to AWWA 0214 and the following. a. Prior to liquid adhesive applicafion, clean the pipe surface free of foreign matter such as sand, grease, oil, grit, rust particles, and dirt. b. Apply the liquid adhesive in a uniform thin film at the coverage rate recommended by the manufacturer. Meet the recommendations of the manufacturer for the state of dryness of the liquid adhesive prior to the applicafion of the inner layer of tape. c. Limit the application of liquid adhesive to that length of pipe which can be taped within the same workday. Pipe coated with liquid adhesive that was not taped within the same workday shall be rejected at the cliscretion of the Engineer. The liquid adhesive shall be removed and the surface shail be re-primed. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 TAPE COATING SYSTEM PARK DRIVE IMPROVEMENTS SECTION 09870-4 d. Protect liquid adhesive coated pipe sections from moisture, dirt, sand, and other potenfially contaminafing materials e. Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer's recommendations. 8. inner layer tape application: a. Apply the inner layer tape directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. Use rollers to apply pressure on the tape as it comes in contact with the pipe. Make necessary adjustments to mechanical applicafion equipment to assure a uniform, fight coafing. Maintain a tight, smooth, mechanically induced, wrinkle-free coating throughout the applicafion process. b. The application of tension shall be such that the width of tape will be reduced between VAXol percent of tape width prior to the pull. Provide a pressure readout gauge and chart recorder, suitable to the Engineer, with the tape let-off machine to document the tape tension during applicafion. c. Apply inner layer tape at a minimum roll temperature of 70°F. Confinuously monitor the temperature of the tape within 12 inches of the point of contact with the pipe surface. Use a chart recorder, suitable to the Engineer, to document the temperature of the tape during applicafion. Secfions where the tape application tension and temperature is not maintained within manufacturer's recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. d. Continuously electronically test the inner tape layer at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application stafion and equipped with an indicator light and audio buzzer, suitable to the Engineer to alert the workmen ofthe presence of holidays in the coafing system. e. Spirally wrap the inner layer tape over longitudinally or spirally welded pipe. Provide a 1-inch minimum tape overiap. f. Splice each new roll by overiapping the new tape over the end of the preceding roil by at least 6 inches. Perform this end lap splice by hand or by a mechanical applicator so that the splice is wrinkle free and maintains the confinuity of the inner wrap coafing. Maintain the wrapping angle of the new roil parallel to that of the previous roll. g. Provide tape cutbacks based on the joint type required, cutting the tape edge parallel to the end of the pipe. Perform cutbacks using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 TAPE COATING SYSTEM PARK DRIVE IMPROVEMENTS SECTION 09870-5 9. Mechanical outer layer tape application. a. Apply the first mechanical outer layer of tape over the inner layer tape using the same type of mechanical equipment used in the applicafion of the inner layer tape. No overiap splice of the other layer coinciding with the overiap splice of the inner layer will be permitted. Provide a minimum 6-inch separation between overiap of splices. Apply two mechanical outer layers of tape as specified herein. The inner layer tape shall be electrically tested, inspected, and approved prior to the applicafion of the first mechanical outer layer tape and the first mechanical outer layer tape shall also be visually inspected and approved prior to the applicafion of the second mechanical outer layer tape. Ensure that both mechanical outer layer tapes are smooth, tight and wrinkle-free. b. Apply mechanical outer layer tapes in accordance with the requirements for the inner layer tape, except that the minimum tape roll applicafion temperature shall be 90°F. Monitoring for tension and temperature will be required for the mechanical outer layer tapes. The use of rollers to apply pressure on the tape is not required during applicafion of the mechanical outer layer tapes. Holiday testing of the mechanical outer layer tapes is not required during tape application. Test the complete tape system prior to coating as specified herein. 10. Apply a reinforced cement mortar shield over the outer layer of tape in accordance with AWWA C205. Cement mortar shail be per Section 15061. 11. Storage primer application shall conform to AWWA 0214 as modified herein: a. Prior to storage primer application, clean the pipe surface free from foreign matter such as sand, grease, oil, grit, rust particles and dirt. b. Apply primer only to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. Use new primer at a minimum of 40°F. c. Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer's recommendations. Do not place storage primer on the edge of the steel plate. C. Fittings Coated at the Plant 1. Coat fittings that cannot be machine coated in accordance with AWWA C209 using materials as specified herein. Weld bead preparafion, surface preparation, blast cleaning and liquid adhesive shall be as specified for straight run pipe. Apply an inner layer tape per Appendix C with a 1-inch minimum tape overiap on all plant coated fitfings. Apply an outer layer of cold-applied polyethylene tape as specified herein with a 55 percent overiap on all plant-coated fittings. Provide a minimum thickness of 110 mils for the total tape coat system for plant-coated fittings. 2. Test all completed tape coated fittings in the presence of the Engineer with an electrical flaw detector prior to the application of the cement mortar coating. Applied voltage shall be in the range of 11,000 to 15,000 volts. Repair any holidays found. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 TAPE COATING SYSTEM PARK DRIVE IMPROVEMENTS SECTION 09870-6 3. Repair cement mortar coating defects in accordance with the approved repair procedures. 4. Apply cement mortar coating in accordance with AWWA C205, over the tape-coated fitfings after complefion of tape coafing, tesfing and inspecfions. D. Tape Application to Fitfings. Specials and Pipe Joints (Field) 1. Field cold applied plastic tape coating shall be in accordance with AWWA 0209, as modified herein. 2. Prior to welding any fleldjoints, wrap an 18-inch strip of heat resistance material over the entire coated pipe section to avoid damage to the plant applied coating by the hot weld spatter. 3. Clean the pipe surface free of mud, mill lacquer, wax, tar grease, or any foreign matter. The pipe surface shall be free of any moisture and all foreign matter prior to the application of prime. 4. Pack irregularities in joint with elastomeric joint fliler. 5. Apply primer by brush or roller (4 mil wet, 1 mil dry). 6. After primer has dried, apply tape to the joint and extend a minimum of 3-inch onto adjacent tape wrap. Maintain 55 percent overiap on all field joint tape to produce a minimum thickness of 100 mils. 7. Apply tape with sufficient tension to conform with the surface. The finish wrap shall produce a smooth, wrinkle-free surface. 8. The tape system for pipe joints is described in Secfion 2.6. E. Inspection of Tape Coafing Test the applied tape coating in the presence of the engineer with an electrical holiday detector, as a part of the tape installation process. Repair all holidays and physical damage, if mortar shield is applied at a different location than the tape coating system, a second electrical holiday spark test shall be required after all transportation and handling to the mortar coating location confirming the integrity of the tape undercoating. Upon completion of the mortar coating process a continuity or spark test will again be preformed for the tape system. Repair any holidays and physical damage and spark test, verifying repair. F. Mortar Shield Apply mortar coafing in accordance with Section 15061 cement. Mortar lined and coated steel pipe and specials, over the tape coated pipe immediately upon completion of tape wrapping, testing, anci inspecfions. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 TAPE COATING SYSTEM PARK DRIVE IMPROVEMENTS SECTION 09870-7 Protecting Coated Pipe 1. The CONTRACTOR shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. 2. in transporting the coated pipe, it shall rest in saddles shaped to the outside diameter of the coated pipe. The saddles shall be in contact with the bottom ofthe pipe along an arc of at least 60 degrees. Saddles shall be completely lined with adequate padding. No nails or any other fasteners that may damage the coafing will be allowed in the installation of the padding of the saddles. 3. While laying tape coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point. Immediately before the coated pipe is lowered into the trench the CONTRACTOR shall provide a visual and holiday inspecfion of the coating on the entire pipe coating system. Coated pipe shall be lowered into the trench using saddled, not choked, belt slings. The use of chains, hooks, or other equipment which might damage the pipe coafing will not be permitted. All other pipe handling equipment and methods shall be approved by the ENGINEER. Pipe stored alongside of the trench shall be supported on padded skids, sand bags, or rock-free sand berms. END OF SECTION NOVEMBER 2012 CONTRACT 5030,6608, & 6013 TAPE COATING SYSTEM PARK DRIVE IMPROVEMENTS SECTION 09870-8 SECTION 09900 PAINTING AND COATING PART 1 GENERAL A. Descripfion This section described the requirements for the preparation of surfaces and subsequent applicafion of protective coatings. The Contractor shall furnish all labor, materials and equipment required for satisfactory complefion of all items contained herein. The Contractor shall furnish all necessary safety equipment and protective clothing, as well as be responsible for proper instruction and supervision of their use. Requirements for steel storage reservoirs are specified elsewhere in the Specificafions. B. Related Work Described Elsewhere The Contractor shall refer to the following Technical Specification secfion(s) for additional requirements: • General Piping System & Appurtenances: 15000 C. Submittals Contractor shall furnish submittals in accordance with the requirements of Secfion 2-5.3 of the General Provisions. The following submittals are required: 1. Submit a chart of the manufacturer's available colors for color selecfion well in advance of painfing operafion. 2. Submit manufacturer's data sheets showing the following informafion: • Recommended surface preparafion. • Minimum and maximum recommended dry-film thicknesses per coat for prime, intermediate, and finish coats. • Percent solids by volume. • Recommended thinners. • Statement verifying that the selected prime coat is recommended by the manufacturer for use with the selected intermediate and finish coats. • Applicafion instrucfions including recommended applicafion, equipment, humidity, and temperature limitafions. • Curing requirements and instrucfions. 3. Submit certification that all coatings conform to applicable local Air Quality Management City rules and regulafions for products and applicafion. D. Payment Payment for the Work in this secfion shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-1 PART 2 MATERIALS A. General 1. All materials shall be those of current manufacture and shall meet all applicable regulafions for the applicafion and intended service. All coats of any particular coafing system shall be of the same manufacturer and shall be approved by the manufacturer for the intended service. In the event that a product specified herein is no longer manufactured or does not meet current regulations, the Contractor shall provide a substitute, currently manufactured product of at least equal performance which meets all applicable regulations subject to Engineer's approval, at no addifional cost. 2. All materials shall be delivered to the Project Site in their original, unopened containers bearing the manufacturer's name, brand, and batch number. Standard products of manufacturers other than those specified will be accepted when it is proved to the safisfaction of the Engineer they are equal in composition, durability, usefulness and convenience for the purpose intended. Paint shall be per Appendix C: 3. All surfaces to be coated or painted shall be in the proper condition to receive the material specified before any coating or painting is done. No more sandblasfing or surface preparafion than can be coated or painted in a normal working day will be permitted. All sharp edges, burrs, and weld spatter shall be removed. All concrete and masonry surfaces shall cure 30 days prior to coafing or painfing. 4. Surface preparation, prime coafings, and finish coats for the various systems are specified herein. Unless othen^/ise noted, ail intermediate and finish coats shall be of contrasfing colors. It is the intent that the coating alternates specified herein serve as a general guide for the type of coafing desired. B. Valves 1. Exterior Coating: Coat metal valves located above ground, in vaults or in structures the same as the adjacent piping. If the adjacent piping is not coated, then coat valves per this Specificafion section unless otherwise noted. Apply the specified prime coat at the place of manufacture. Apply intermediate and finish coats in the field. Finish coat shall match the color of the adjacent piping. Coat handwheels and fioor stands the same as the valves. Coat the exterior of buried metal valves at the place of manufacture per this specificafion. 2. Coating (Devoe Alternate): Prime coat shall be per Appendix C applied per manufactures specifications. Intermediate coat shall be per Appendix C applied per manufactures specificafions. Finish coat shall be per Appendix C applied per manufactures specificafions. 3. Interior Lining: Valves 4-inches and larger shall be coated on their interior metal surfaces excluding seating areas and bronze and stainless-steel pieces. Sandblast surfaces in accordance with SSPC-SP-10 (near white blast cleaning). Remove all protuberances which may produce pinholes in the lining. Round all sharp edges to be coated. Remove any contaminants which may prevent bonding of the lining. Coat the interior ferrous surfaces using one of the following methods: a. Apply powdered thermosetting epoxy per the manufacturer's appiication recommendafions to a thickness of 10 to 12 mils. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-2 b. Apply two coats of polyamide epoxy to a dry-film thickness of 10 to 12 mils total. Follow the manufacturer's applicafion recommendafions including minimum and maximum drying time between the required coats. c. Apply two coats of Tnemec Series 140 (for potable water) or Series 69 (for non-potable water), or equal, to a dry film thickness of 10 to 12 mils total. Follow manufacturer's applicafion recommendafions including minimum and maximum drying fime between required coats. d. Apply two coats of Devoe Bar-Rust 233H Epoxy applied to a dry-film thickness of 6 to 8 mils, each. Total dry-film thickness shall be 10 to 12 mils minimum. 4. All epoxy lining shall be applied at the factory by the manufacturer of the valve, and shall meet current Volafile Organic Compound (VOC) content regulafions. Epoxy lining for potable water valves shall also be listed by Nafional Sanitafion Foundafion (NSF) for contact with potable water. 5. Test the valve interior linings at the factory with a low-voltage holiday detector. The lining shall be holiday free. C. Metal. Interior and Exterior. Normal Exposure 1. General: The Contractor shall paint all exposed steelwork, non-galvanized handrails, exposed pipework, fitfings, all mechanical equipment, pumps, motors, doors, door frames and window sash with this coafing system. All metalwork previously given a shop prime coat approved by the Owner's Representative shall be touched up as required in the field with Tnemec Series 4 Versare Primer or equal. 2. Surface Preparation: All exterior metal surfaces which are to be painted shall be commercial blast cleaned per Specification SP-6 (commercial blast cleaning) except as otherwise specified, in locafions where sandblasting would damage previously coated surfaces and installed equipment, and in locafions where dry sandblasfing is prohibited. The above locations in which SP-6 commercial sandblasfing is not possible shall be given a SP-3 power tool cleaning. This sandblasfing shall be done not more than 8 hours ahead ofthe painfing, subject to humidity and weather condifions between the fime of sandblasfing and painfing operafions. If any rusting or discolorafion of sandblasted surfaces occurs before painfing, such rusfing or discolorafion shall be removed by addifional sandblasfing. Sandblasted surfaces shall not be left overnight before painfing. 3. Coating (Tnemec Alternate): Prime coat or spot prime coat as required shall be Tnemec Series 4 Versare primer applied to a dry-film thickness of 2 to 3.5 mils. Two or more finish coats of Tnemec Series 2H Tneme-Gloss enamel shall be applied to a thickness of 1.5 to 3.5 mils. Total dry-film thickness ofthe complete system shall be 7 mils, minimum. 4. Coafing (Devoe Alternate): Prime coat or spot prime as required shall be 4140 Q.D. Alkyd Primer. Two or more finish coats of Devshield 4328 Alkyd applied to a dry-film thickness of 1.5 to 2 mils, each. Total dry-film thickness of the complete system shall be 5 mils, minimum. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-3 D. Metal. Submerged Oo Intermittently Submerged 1. General: All submerged metalwork, gates, equipment, valves, exposed pipework and all other metalwork within areas which will be submerged, except as noted hereinafter, shall be painted with this coating system. 2. Surface Preparafion: All metal surfaces shall be field sandblasted according to SSPC-SP- 10 (near white blast cleaning). 3. Coating (Tnemec Alternate): Prime coat shall be Tnemec Series 69 Epoxoline li applied to a dry-film thickness of 4 to 6 mils. Two finish coats of Tnemec Series 69 Epoxoline li shall be applied to a dry-film thickness of 4 to 6 mils each coat. Total try-film thickness of the complete system shall be a minimum of 12 mils. 4. Coating (Devoe Alternate): Apply two coats of Bar-Rust 233H Epoxy applied to a dry-film thickness of 6 to 8 mils each coat. Total dry-film thickness ofthe complete system shall be a minimum of 12 mils. E. Metal. Severe Exposure to Moisture or Chemical Fumes 1. Surface Preparafion: All metal surfaces shall be field sandblasted according to SSPC-SP- 10 (near white blast cleaning). 2. Coafing (Tnemec Alternate): Prime coat shall be Tnemec Series 104 H.S. Epoxy to a dry- film thickness of 6 to 10 mils. One or more finish coats of Tnemec Series 104 H.S. Epoxy topcoat shall be applied. Total dry-film thickness shall be a minimum of 12 mils. 3. Coating (Devoe Alternate): Prime coat shall be Catha-Coat 304V Zinc, 2 to 3 mils dry-film thickness, intermediate coat shall be Devran 224H Epoxy applied at 4 to 6 mils dry-film thickness. Finish coat shail be Devthane 379 Urethane applied at 2 to 3 mils dry-film thickness. Total dry-film thickness shall be 8 mils minimum. F. Metal. Hioh-Temperature Exposure 1. General: Engine mufflers, exhaust systems and other metal surfaces subjected to high temperatures shall be coated with this system. 2. Surface Preparafion: Surface shall be field sandblasted in accordance with SSPC-SP-10 (near white blast cleaning). 3. Coating (Tnemec Alternate): One coat of Tnemec Series 90-96 Tneme-Zinc to a minimum total dry-film thickness of 2 to 3.5 mils. 4. Coating (Devoe Alternate): One coat of Catha-Coat 304V Zinc to a dry-film thickness of 2 to 4 mils. G. Metal. Galvanized. Aluminum. Copper, or Brass 1. Surface Preparafion: Surfaces shall be solvent cleaned in accordance with SSPC-SP-1 (solvent cleaning) and SSPC-SP-2 (hand tool cleaning). NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-4 2. Coafing: Pre-treatment prime coat shall be Tnemec Series 32-1215 Tneme-Grip or Sinclair 7113 Wash Primer applied at • mil dry-film thickness. Next, apply recommended coafing or paint for the particular surface to be coated. 3. Coating (Devoe Alternate): Pre-treatment prime coat shall be Devoe BarRust 231 primer applied at 3 mil dry-film thickness. Next, apply recommended coafing or paint for the particular surface to be coated. H. Metal. Buried 1. General: The Contractor shall coat all buried metal which includes valves, bolts, nuts, structural steel and fittings. It does not include steel storage reservoirs. 2. Surface Preparafion: Sandblast to SSPC-SP-6 (commercial blast cleaning) 3. Coating (Tnemec Alternate): Prime none. Finish with two coats of Tnemec Series 46-465 H.B. Tnemecol or equal at 10 to 12 mils dry-film thickness, each. Total dry-film thickness shall be 20 mils minimum. 4. Coating (Devoe Alternate): Prime with Devtar 221 (5A) Epoxy applied at 8 mil dry-film thickness. Two coats of Devtar (5A) Epoxy applied at 8 mils dry-film thickness, each. Total dry-film thickness shail be 24 mils, minimum. PART 3 EXECUTION A. General 1. The Contractor shall arrange with the Owner's Representative so that all surface preparafion may be inspected and approved prior to the applicafion of any coatings. 2. The Contractor is hereby notified that the Engineer will inspect the Work prior to the expiration of the warranty period and all defects in workmanship and material shall be repaired by the Contractor, at his own expense. B. WORKMANSHIP 1. It is the intent of the Specifications that finishes shall be provided which meet standards for best grades of painfing. Drop cloths shall be placed where required to protect fioors, surfaces and equipment from spatter and dropping, not to receive paint or coafings. 2. The Contractor shall take all necessary precaufions to protect all adjacent Work and all surrounding property and improvements from any damage whatsoever as a result of the painfing and coafing operafion. 3. Only good, clean brushes and equipment shall be used and all brushes, buckets, and spraying equipment shall be cleaned immediately at the end of each painfing period. 4. Each coat of paint shall be of the consistency as supplied by the manufacturer, or thinned, if necessary, and applied in accordance with manufacturer's instructions. Each coat shall be well brushed, rolled or sprayed to obtain a uniform and evenly applied finish. Work shall be free from "runs", "bridges", "shiners", or other imperfections due to faulty intervals. Particular NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-5 care shall be taken to obtain a uniform unbroken coafing over all bolts, threads, nuts, welds, edges and corners. Paint shall not be applied in extreme heat, in dust or smoke laden air, or in damp or humid weather, unless written permission ofthe Engineer is obtained. 5. If paint is applied by spray, the air pressure used shall be within the ranges recommended by both the paint and spray equipment manufacturers. Spray painfing shall be conducted under controlled condifions and the Contractor shall be fully responsible for any damage occurring from spray painfing. 6. Care shall be exercised not to damage adjacent Work during sandblasfing operafions. Stainless steel need not be sandblasted. Blasted surfaces shail not be left overnight before coafing. All dust shall be removed from the surface following sandblasting. C. Application Procedures 1. Surfaces to be Coated: All surfaces of materials furnished and constructed are to be painted or coated per the Specificafions except as indicated below. 2. Surfaces Not To Be Coated: The following surfaces shall not be coated unless otherwise noted on the Plans and shall be fully protected when adjacent areas are painted. Aluminum grafing Machined surfaces Aluminum surfaces Metal letters Bearings Mortar-coated pipe and fittings Brass and copper tubing, submerged* Nameplates on machinery Buried pipe Pipe interior* Couplings Shafts Grease fitfings Stainless steel Hardware Switch plates Lighting fixtures * unless specifically required on the Plans or elsewhere in the Specifications 3. Protecfion of Surfaces Not To Be Coated: Surfaces not intended to be painted shall be removed, masked, or otherwise protected. Drop cloths shall be provided to prevent paint materials from falling on or marring adjacent surfaces. Working parts of mechanical and electrical equipment shall be protected from damage during surface preparafion and painfing process. Openings in motors shall be safely masked to prevent paint and other materials from entering the motors. All masking materials shall be completely removed and surfaces cleaned at complefion of painfing operafions. 4. Weather Condifions: Paint shall not be applied in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5°F above the dew point. a. Paint shall not be applied when the relative humidity is above 80%, the air temperature is above 90°F, or the temperature of metal to be painted is above 125°F. b. Alkyd, chlorinated rubber, inorganic zinc, silicone aluminum, or silicone acrylic paints shall not be applied if air or surface temperature is below 50°F or expected to be below 50°F within 24 hours. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-6 c. Epoxy, coal tar epoxy, acrylic latex, and polyurethane paints shall not be applied on an exterior or interior surface if air or surface temperature is below 50°F or expected to drop below 50°F within 24 hours. D. Surface Preparafion 1. General: Sandblast or prepare only as much surface area as can be coated in one day. All sharp edges, burrs, and weld spatter shall be removed. Epoxy-coated pipe that has been factory coated shall not be sandblasted. 2. SSPC Specifications: Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning" or similar words are used in the Specificafions or in paint manufacturer's specificafions, they shall be understood to refer to the applicable SSPC (Steel Structures Paint Council, Surfaces Preparafion Specificafions, ANSI A159.1) Specificafions listed below: SP-1 Solvent Cleaning SP-6 Commercial Blast Cleaning SP-2 Hand Tool Cleaning SP-7 Brush-Off Blast Cleaning SP-3 Power Tool Cleaning SP-8 Pickling SP-5 White Metal Blast Cleaning SP-10 Near White Blast Cleaning a. Oil and grease shall be removed from aluminum and copper surfaces in accordance with SSPC SP-1 using clean cloths and cleaning solvents. b. Weld spatter and weld slag shall be removed from metal surfaces. Rough welds, beads, peaked corners, and sharp edges including erecfion lugs shall be ground smoothly in accordance with SSPC SP-2 and SSPC SP-3. c. Welds shall be neutralized with a chemical solvent that is compafible with the specified coafing materials using clean cloths and chemical solvent. 3. Abrasive Blast Cleaning: Dry abrasive blast cleaning shall be used for metal surfaces. Do not recycle or reuse contaminated blast particles. a. Dry clean surfaces to be coated by dusfing, sweeping, and vacuuming to remove residue from blasfing. Apply the specified primer or touch-up coafing within the period of an 8-hour working day. Do not apply coafing over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast cleaned surface not coated within said 8-hour period. b. Prevent damage to adjacent coafings during blast cleaning. Schedule blast cleaning and coafing such that dust, dirt, blast particles, old coafings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. E. Procedures For The Applicafion Of Coafings 1. The recommendations of the coafing manufacturer shall be followed, including the selecfion of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying fime, temperature and humidity of application, and safety precaufions. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-7 2. Coafing materials shall be kept at a uniform consistency during applicafion. Each coafing shall be applied evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. A different shade or fint shall be used on succeeding coafing applicafions to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. 3. Only thinners recommended by the coafing manufacturer shall be used, if thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coafing material. 4. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces prior to the applicafion ofthe primer and finish coat. The brush coat shall be done prior to and in conjuncfion with the spray coat application. Apply the spray coat over the brush coat. 5. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coafing applicafion. a. Paint Mixing: Mulfiple-component coafings shall be prepared using ali the contents of each component container as packaged by the paint manufacturer. Partial batches shall not be used. Multiple-component coatings that have been mixed beyond their pot life shall not be used. Small quantity kits for touch-up painfing and for painfing other small areas shall be provided. Only the components specified and furnished by the paint manufacturer shall be mixed. For reasons of color or otherwise, addifional components shall not be intermixed, even within the same generic type of coafing. b. Field Touch Up of Shop-Applied Prime Coats: Organic Zinc Primer: Surfaces that are shop primed with inorganic zinc primers shall receive a field touch up of organic zinc primer to cover all scratches or abraded areas. Organic zinc coating system shall have a minimum volume solids of 54% and a minimum zinc content of 14 pounds per gallon. Coafing shall be ofthe converted epoxy, epoxy phenolic, or urethane type and shall be manufactured by the prime coat and finish coat manufacturer. c. Other Primers: Surfaces that are shop primed with other than organic zinc primer shall receive a field touch up ofthe same primer used in the original prime coat. Dry-Film Thickness Tesfing And Repair 1. Special instructions to the Contractor: The Contractor shall furnish to the Owner at no charge for use during execution of the Work, necessary dry-film thickness gauge and electrical fiaw detection equipment. The Contractor shall perform the holiday (pinholes) inspection in the presence ofthe Owner's Representafive, and the Contractor shall monitor wet film measurements throughout the application of each coat of coating. 2. Coating Thickness Testing: Coating thickness specified for steel surfaces shall be measured with a magnetic-type dry-film thickness gauge. Dry-film thickness gauge shall be provided as manufactured iDy Mikrotest or Elcometer. Each coat shall be checked for the correct dry-film thickness. Measurement shall not be made unfil a minimum of eight hours after application of the coating. Non-magnetic surfaces shall be checked for coafing thickness by micrometer measurement of cut and removed coupons. Contractor shall repair coating at all locations where coupons are removed. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-8 3. Holiday Tesfing: The finish coat (except zinc primer and galvanizing) shall be tested by the Contractor in the presence of the Engineer for holidays and discontinuities with an electrical holiday detector of the low-voltage, wet-sponge type. Detector shall be provided as manufactured by Tinker, Rasor, K-D Bird Dog, or approved equal. 4. Repair: If the item has an improper finish, color, insufficient film thickness, or holidays, the surface shall be cleaned and top-coated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power-sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the Specificafions. Work shall be free of runs, bridges, shiners, laps, or other imperfections. G. Cleanup Upon complefion of all painfing and coafing Work, the Contractor shall remove all surplus materials and rubbish. The Contractor shall repair all damage and shall leave the premises in a clean and orderly condifion. END OF SECTION NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PAINTING AND COATING PARK DRIVE IMPROVEMENTS SECTION 09900-9 SECTION 09902 PETROLATUM WAX TAPE COATING PART 1 GENERAL A. Scope This section covers the work necessary to furnish and install petrolatum wax tape coafing on buried ferrous materials including pipe flanges, bolted fittings and couplings, valves and other buried pipeline appurtenances, complete, as shown or specified. B. Submittals During Construcfion Submit manufacturer's technical product data, details, installafion instrucfions and general product recommendations per Section 2-5.3 ofthe General Provisions. C. Product identification The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the Contract Documents. PART 2 MATERIALS A. General Wrap ali exposed surfaces of buried ferrous pipe, flanges, couplings and other pipeline appurtenances (including bolts, nuts, etc.) with petrolatum wax tape, unless another corrosion protection system (other than a factory-installed paint coating) is otherwise specified or indicated by the Contract Drawings. Exposed piping shail be wrapped only where specifically called out on the Drawings. Ducfile iron pipe encased with polyethylene sheathing shall not be wrapped with this product. B. Primer 1. Exposed surfaces shall be prime coated with a blend of petrolatum, plasticizer, and corrosion inhibitor having a paste-like consistency. The material shall have the following properties: Pour Point 400-100° F Flash Point 350° F minimum Approximate Coverage 1 gal/100 square feet Color Brown 2. The primer shall be Trenton Wax-Tape Primer or equivalent. C. Wax Tape 1. Two types of petrolatum wax tape shall be available from the manufacturer: one type for buried installafions and another type for above-ground installafions. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PETROLATUM WAX TAPE COATING PARK DRIVE IMPROVEMENTS SECTION 09902-1 2. Buried installations: The covering material shail be a plastic-fiber felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. The tape shall have the following properties: Color: Brown Saturant Pour Point 115° -125°F Thickness 70-90 mils Dielectric Strength 170 volts/mil Tape Width 6 inches 3. Wax tape shall be Wax-Tape #1 as manufactured by The Trenton Corporation (Ann Arbor, Michigan), or approved equal. D. Outer Covering 1. The primed and wax-tape wrapped surface shall be wrapped with a plastic tape covering consisfing of three (3) layers of 50 gauge, clear, polyvinylidene chloride, high cling membranes wound together as a single sheet. The material shall have the following properties: Width 6 inches Thickness 1.5 mils Dielectric Strength 2000 volts/mil Water Absorpfion Negligible Color Clear 2. The outer covering shall be Trenton Poly-Ply or approved equal. E. Other Petrolatum Wax Tape Svstem Components Any components not listed above, but required for a complete petrolatum wax tape coating system as recommended for this application by the manufacturer shall be provided at no additional cost to Agency. PART 3 EXECUTION A. General The petrolatum wax tape system shall be installed in conformance with the manufacturer's recommendafions. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PETROLATUM WAX TAPE COATING PARK DRIVE IMPROVEMENTS SECTION 09902-2 SECTION 15000 GENERAL PIPING SYSTEM AND APPURTENANCES PART 1 GENERAL A. Description This Section describes the requirements and procedures for piping systems and appurtenances that apply to a number of other complimentary Specification Sections. The items are listed in this Section to avoid repetition in Sections elsewhere. This Section includes, but is not limited to: Temporary above ground piping (high line), wet taps, flexible pipe couplings, grooved and shouldered end couplings, joint restraint system, fleld touch up, bolts, nuts, polyethylene wrap, warning/identification tape, tracer wire, gate well and extension stems, meter boxes, abandonment and removal of existing facilities, and salvage. B. Reference Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. American Nafional Standards Institute (ANSI) American Society for Testing and Materials (ASTM) C. Related Work Specified Elsewhere • CMWD Standard Drawings D. Submittals Submit manufacturers' catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings per Section 2-5.3 of the General Provisions which shall comply with CMWD Approved Materials List. E. Lining Contamination Prevention Volatile organic compounds present in the linings of items in contact with potable water or recycled water shall not exceed concentrations allowed by the latest requirements of the State Office of Drinking Water and Department of Health Services. Some products and materials may aiso require proof of NSF certiflcation on the lining materials to be used. F. Temporary Aboveground Pipe (High Line) High line piping, where shown on the Approved Plans or required by the Engineer, shail be furnished, installed, disinfected, connected, maintained, and removed by the Contractor. Bacteriological sampling and testing shall be performed by a State of California Certified testing laboratory. The Contractor shall provide a submittal to the City showing pipe layout, materials, sizing, flow calculations, schedule and durafion of use, and disinfecfion for all high line piping. The submittal shall be reviewed and approved by the Engineer prior to ordering or delivery of any materials. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-1 G. Pipe Tapping (Wet Tap) All pipe tap (wet tap) connections^ to existing pipelines, whether for mainline extensions or service laterals, shall be performed by the Contractor under the inspection of the City. The Contractor shall provide materials and labor to excavate, pour thrust block, backfill, compact, and repair pavement as indicated in this Secfion. H. Joint Restraint Svstem Joint Restraint Systems may be used for PVC or ductile-iron pipe only with prior approval of the Engineer. Joint restraint systems shall be used in the place of, or in conjunction with, concrete thrust blocks as directed. Restrained joint systems shall be wax tape coated and polyethylene encased. Contractor shail submit shop drawings, calculafions, and catalog data for joint restraint systems. Splined gaskets, also known as joint restraint gaskets, may be used for PVC or ductile-iron pipe located within casings, or for PVC pipe casings, only. I. Polyethylene Encasement Polyethylene encasement shall be used for all ferrous metal materials that are not protected with anodes. 1. Polyethylene wrap shall be used for the protection of buried valves in conjunction with wax tape. 2. Polyethylene sleeves shall be used for the protection of buried ducfile iron pipe and fittings. Where the use of a sleeve is not practical, the fittings may be wrapped. Additionally, all bolted connections shall be coated with wax tape in accordance with Section 09902. 3. Polyethylene wrap or sleeves may also be installed around buried PVC pipe for recycled water identification. J. Warning/Identification Tape Warning/identification tape shall be used to identify location of underground utilities and to act as a warning against accidental dig-ins of buried utilities. Warning/identification tape shall be used on all underground water and recycled water mains, potable and recycled water irrigation systems, sewer mains, and all related appurtenances. Warning/identification tape shall also be used on cathodic protection wiring systems and tracer wire brought into and out of access ports. K. Gate Wells Gate Wells shall be used for buried valves 4" and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-2 L. Valve Stem Extension Valve Stem Extensions^ shall be^ installed when the valve operating nut is more tlian 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. M. Meter Boxes 1. Meter boxes shall be used for ail water meters. 2. Meter boxes shall be sized for the specific meter size or size as indicated on the Standard Drawings. N. Recycled Water Identification Facilities installed for the use of recycled water shall be identified with purple color coating, identificafion labels, or signs. O. Curb identification Mark for Services The Contractor shall mark the location of ali potable water, recycled water and sewer laterals at the curb crossing by stamping the face ofthe curb in 2" high letters as described below: • Potable water laterals shall be stamped with a letter "W". • Recycled water laterals shail be stamped with a letter "RW". • Sewer laterals shall be stamped with a letter "S". • Cathodic protection test station with a letter "CT". PART 2 MATERIALS A. Temporary Aboveground Pipe (High Line) High line piping layout, materials and appurtenances shall be as indicated on the approved submittal. B. Flexible Pipe Couplings Flexible pipe couplings shall be in accordance with the Approved Materials List and as describecJ below: 1. Steel Couplings shall have middle rings made of steel conforming to ASTM A 36/A 36M, A 53 (Type E or S), or A 512 having a minimum yield strength of 207 MPa (30,000 psi). Follower rings shall be ducfile-iron per ASTM A 536, or steel per ASTM A 108, Grade 1018 or ASTM A 510, Grade 1018. Minimum middle ring length shall be 7" for pipe sized 6" through 24". 2. Sleeve bolts shall be made of stainless steel per ASTM A193 and shall have a minimum yield strength of 276 MPa (40,000 psi), an ulfimate yield strength of 414 MPa (60,000 psi), and shall conform to AWWA Cl 11. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-3 C. Grooved End or Shouldered Couplings for Ducfile Iron or Steel Pipe Groove end or shouldered couplings shall be in accordance with the Approved Materials List and as described below: 1. Use square-cut shouldered or grooved ends per AWWA 0606. Grooved-end couplings shall be malleable iron per ASTM A 47, or ducfile iron per ASTM A 536. Gaskets shall be per ASTM D 2000. 2. Bolts in exposed service shail conform to ASTM A 183, 69 MPa (10,000 psi) tensile strength. D. Joint Restraint System 1. Joint Restraint Systems shail be ducfile-iron and shall consist of a split-ring restraint with machined (not cast) serrations - on the inside diameter, a back-up ring, and connecting bolts, and shall be selected from the Approved Materials List. 2. Splined gaskets, also known as joint restraint gaskets, shall be a rubber-ring type with stainless steel locking segments vulcanized into the gasket. E. Field Touch-Up Applications All surfaces of metallic appurtenances in contact with potable water and not protected from corrosion by another system shail be shop-coated by the manufacturer. Appurtenances with damaged coatings shall be repaired or replaced as directed by the Engineer. Touch-up of damaged surfaces, when allowed by the Engineer, shail be performed in accordance with the manufacturer's recommendations. F. Bolts and Nuts Bolts and nuts shall be as indicated below. 1. Cadmium-plated or zinc-plated bolts and nuts shall be used for the installation of pipelines up to 20" diameter and shall be carbon steel conforming to ASTM A307, Grade A, unless otherwise indicated on the approved drawings. Bolts shall be standard ANSI B1.1, Class A coarse threads. Nuts shall be standard ANSI B1.1, Class 2H coarse threads. 2. Stainless steel bolts and nuts shall be used for the installation of pipelines 24" diameter and larger and for submerged flanges. Bolts and nuts shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts, and Grade 8M for nuts. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube "O" Seal by Husk-ITT Corporation or equal 3. All bolt heads and nuts shail be hexagonal, except where special shapes are required. Bolts shail be of such length that not less than 1/4" or more than 1/2" shall project past the nut in tightened position. 4. Provide a washer under each nut and under each bolt head. Use washers of the same materials as the nuts. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-4 G. Polyethylene Encasement Polyethylene encasement shall be as indicated below and shall be selected from the Approved Materials List. Polyethylene materials shall be kept out of direct sunlight exposure. 1. Polyethylene sleeves shall be a minimum 0.012" thick polyethylene plastic in accordance with AWWA 0105. 2. Polyethylene wrap shall be a minimum 0.008" thick polyethylene plastic in accordance with AWWA 0105. 3. Polyethylene wrap and sleeves shall be clear for use with potable water and purple for use with recycled water. 4. Polyethylene or vinyl adhesive tape a minimum of 2" wide or plastic tie straps shall be used to secure polyethylene encasement. H. Warning/Identification Tape Warning/identiflcation tape shall be as indicated below and in accordance with the Approved Materials List. 1. Tape shall be an inert plastic film or metallic formulated for prolonged underground use that wili not degrade when exposed to alkalies, acids and other destructive substances commonly found in soil. 2. Tape shall be puncture-resistant and shall have an elongafion of two times its original length before parting. 3. Tape shall be colored to identify the type of ufility intended for identification. Printed message and tape color shall be as follows: Printed Message Tape Color Caution: Wateriine Buried Below Blue Caution: Recycled Wateriine Buried Below Purple Caution: Cathodic Protection Cabie Buried Below Red Caution: Electric Line Buried Below Red 4. ink used to print messages shall be permanently fixed to tape and shail be biack in color with message printed confinuously throughout. 5. Tape shall be minimum 0.004" thick x 6" wide with a printed message on one side. Tape used with the installation of onsite potable and recycled water irrigation systems shall be a minimum of 3" wide. I. insulating Unions & Couplings 1. For insulating unions, use a molded nylon sealing sleeve mounted in a three-piece malieabie-iron body (ASTM A47 or A197). Use thread ends when connecting to steel NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-5 piping, and copper solder joint when connecting to copper piping. Minimum working pressure shall be 150 psi. 2. Threaded insulating couplings shall provide dielectric protection from electrolytic corrosion at points where piping of dissimilar metals is joined. J- Gate Wells Valve gate wells shall be as indicated below in accordance with the Approved Materials List. 1. Valve gate well size and material shall be as follows: Valv^Sfze - / :" : Gate Well Size and Material 4" and Larger 8" diameter Class 150, C-900 PVC a. PVC gate wells for use in recycled water system applications shall be white. b. PVC gate wells for use in potable water system applications shall be white or blue. 2. Gate well lids shall be as indicated below in accordance with the Approved Materials List. a. Gate well box lids shall be circular ductile-iron, and shall include a skirt for a close fit inside the upper portion of the gate well. Lids shall be cast with the AGENCY NAME (CMWD) and the word WATER for use on potable water systems, and Recycled Water for recycled water systems. b. Lids shall be Brooks 4TT with long skirt or approved equal. c. Normally closed potable water valves and recycled water valves shall use box lids by Brooks 3RT or approved equal. d. Lid sizes shall be as follows: Valves ' GateV\fellLid ^ :rf r'f:* 4" and Larger where the speed limit is 35 mph or greater Machined ductile-iron frame and 8" lid with 6" long skirt K. Valve Stem Extensions Stem extensions shall be complete with operafing nut, location ring, and lower socket to fit valve-operating nut. The configuration of the extension stem nut shall match that of the valve it operates. 1. Stem extensions shall be square fiberglass tubing glued together to make a continuous one-piece unit used to a maximum length 8'. 2. Steel stem extensions shall be used where the maximum length of the extension exceeds 8' or at the request of the Engineer. Steel stem extensions may be round or NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-6 square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. L. Meter Boxes Meter boxes shall be polymer-type boxes with lids selected from the Approved Materials List. 1. Meter box sizes shall be as follows: Meter Box Size Metir Box Uses 12"x20" 1" water services 17"x30" 2" water services 2. Meter box lids for use in potable water system applications shall be gray. 3. Meter box lids for use in recycled water system applications shall be purple. M. Recycled Water Identification Materials used to identify pipe and appurtenances used for recycled water, not manufactured in purple color, shall be as described in Volume 2 ofthe Carisbad Engineering Standards. PART 3 EXECUTION A. Temporary Aboveground Pipe (High Line) 1. All high line piping, fittings, and service connecfions shall be furnished, installed, and maintained by the Contractor, and the Contractor shall make connecfions to a water source designated by the Engineer. 2. All pipe, valves, fittings, hose and connections furnished by the Contractor shall be of good quality, clean, and suitable for conveying potable water in the opinion of the Engineer. 3. The high line pipe shall be installed in such a manner that it will not present a hazard to traffic and will not interfere with access to homes and driveways along its route. 4. All pipe shall be 6-inches in diameter unless specified othenA/ise. 5. Pipe shall be aluminum or fusion welded HDPE, use restrained joints, and be rated at or above the pressure zone in which it will be installed. 6. Valves shall be installed at 200' intervals or as directed by the Engineer. The use of pressure reducing valves (PRV) may be required as directed by the Engineer. 7. The Contractor shall be responsible for disinfecting all high lines, connections, and flushing. 8. Following disinfection and acceptance of the high line as a potable water system, the Contractor shall maintain continuous service through the high line piping to all consumers normally served both directiy and indirectiy by the pipeline. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-7 9. Upon complefion of the work, the Contractor shall remove the high line piping and appurtenances. 10. If progress in making repairs to the high line is inadequate, the Engineer, may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. B. Connection to Exisfing Facilifies (Wet Taps and Cut-in Installations) The Contractor shall furnish the tapping sleeve or tee, valves and all other materials as called for in the Standard Specifications in accordance with the Approved Materials List. The Contractor shall provide all equipment and labor required for the excavation and installation of the connecfion including, but not limited to, backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, high line, and fittings as part of the equipment for making the connecfions. In addifion, the Contractor shall assist the City in alleviafing any hardship incurred during a shutdown for connecfions. Emergency standby equipment or materials may be required ofthe Contractor by the Engineer. Wet taps or cut-in tee and valve installations shall be performed as follows: 1. Prior to construcfion. Contractor shall pothole the exisfing pipe at the locafion of the proposed connection. The City shall inspect the pothole prior to Contractor's repair of trench. Refer to Section 7-9 Protection and Restoration of Existing Improvements of the General Provisions. Contractor shall record the following information on as-built drawings: Pipe size, outside diameter. Pipe type such as ACP, PVC, Ducfile-iron or Steel. Pipe class and/or pressure rating. Elevation, grade, and alignment. Location of collars, pipe bells, fittings or couplings, if found. Note: Collars, bells, fittings, or couplings shall not be within 18-inches of the outer dimension of the tapping saddle. • Potential conflicts with existing utilities. To facilitate the proposed connection and allow for slight adjustments in alignment, the Contractor shall leave a minimum 10' gap between the new pipe installation and the proposed connection point at the existing water main. The Contractor shail leave a gap longer than 10' if conditions warrant, or if directed by the Engineer. The new pipeline shall have successfully passed pressure testing in accordance with Section 15044 and disinfection and bacteriological testing in accordance with Section 15041 prior to proceeding with the connection to the existing pipeline. After the Engineer has given approval to proceed with the connection, the Contractor shall schedule with the City for the wet tap or cut-in installation. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-8 a. Shutdowns will be scheduled at the convenience of the City. Shutdowns may be scheduled for nights or weekends if required. b. The Contractor shall give the City a minimum of 5 working days notice prior to any proposed excavation or shutdown of existing mains or services. Scheduling shail be subject to approval by the Engineer. c. The City may postpone or reschedule any shutdown operation if, for any reason, the Engineer believes that the Contractor is improperiy prepared with competent personnel, equipment, or materials to proceed with the connection. d. if progress in completing the connection within the time specified is inadequate, the Engineer may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. Contractor may proceed with excavation only after potholing has been completed, materials have been approved and delivered, and wet tap or cut-in installation has been scheduled with approved Connection Permit. a. The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plafing, when necessary, one day prior to the wet tap or cut-in installation. b. The Contractor shall provide lights, barricades and traffic control in accordance with the agency of jurisdiction and as deemed necessary for the excavation by the Engineer. c. The Contractor shall de-water existing mains in full compliance with NPDES standards where cut-in installations are required and shail be done in the presence of the Engineer and in accordance with Section 15041. Only City personnel are authorized to operate existing valves. The Contractor shall be responsible for any and ail damage resulting from unauthorized operation of existing City facilities. d. The Contractor under the inspection of the City shail perform the following work for wet taps and cut-in installations: • Wet taps: Disinfect and install and tapping saddle and tapping valve and perform tapping operations. • Cut-ins: Cut and remove portions of exisfing mains, and disinfect and install tees, valves, couplings, and appurtenances required to complete the closure. The Contractor shall discard pipe and appurtenances removed from service in accordance with this Section. e. After the Contractor has performed tapping or cut-in operations, and the Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plans in accordance with the Standard Specifications including, but not limited to: • Disinfecting and installing the pipe secfion(s) necessary to make the closure to the new system. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-9 • Installing and setting the valve gate weil(s) in accordance with the Standard Drawings. • Installing thrust and anchor blocks in accordance with the City of Carisbad Standard Drawings and Secfions 201 and 303 ofthe General Provisions. • Completing all backfill and compacfion of the trench in accordance with the Sections 300 and 306 of the General Provisions. • Repairing or replacing pavement as necessary. C. Flexible Pipe Couplings Flexible pipe couplings shall be installed in accordance with the manufacturers recommendafions and as described below: 1. Use plain-end pipe with fiexible couplings per AWWA C200. Provide joint harnesses per AWWA Mil for aboveground applicafions or where indicated on the Approved Plans. 2. Flexible couplings may be used only where indicated on the drawings. 3. Clean oil, scale, rust, and dirt from the pipe ends and touch-up the epoxy coafing and allow fime for curing before installing the coupling. Clean the gaskets before installing. 4. Follow the manufacturer's recommendafion for installafion and bolt torque using a properiy calibrated torque wrench. 5. Lubricate the bolt threads with graphite prior to installation. D. Grooved-End or Shouldered Couplings of Ducfile Iron or Steel Pipe 1. Grooved-end or shouldered couplings shall be installed in accordance with the manufacturer's recommendations and as described below: 2. Grooved-end or shouldered joint couplings shall be installed per AWWA 0606 and the manufacturer's recommendafions. 3. Clean loose scale, rust, oii, grease, and dirt from the pipe or fitfing groove and touch-up the epoxy coating as necessary, allowing time for curing before installing the coupling. 4. Clean the gasket before installation. Apply a lubricant selected from the Approved Materials List to the gasket exterior including lips, pipe ends, and housing interiors. 5. Fasten the coupling alternately and evenly unfil the coupling halves are seated. Follow the manufacturer's recommendation for bolt torque using a properiy calibrated torque wrench. E. Joint Restraint System 1. Joint Restraint Systems shall be installed in accordance with the manufacturers recommendations and as described below: NOVEMBER 2012 CONTRACT 5030. 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-10 2. Length of pipe to be restrained on each side of bends, tees, reducers and other fittings shall be determined by the Private Engineer or manufacturer of the restraint device and approved by the Engineer. 3. Split ring restraint shail be installed on the spigot end of pipe, connected to a back-up ring which seats behind the bell ofthe adjoining pipe or fitting. 4. Restraint devices can be installed prior to lowering pipe into the trench. 5. Splined gaskets, aiso known as joint restraint gaskets, shall be installed in accordance with the manufacturer's recommendations. F. Bolts and Nuts 1. All bolts and nuts shall be new and unused. 2. Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. 3. Tighten nuts uniformly and progressively. 4. Buried bolts and nuts shall be coated with wax tape in accordance with Section 09902 prior to being encased with polyethylene. 5. All stainless steel bolts shail be coated with an anti-seize compound selected from the Approved Materials List. 6. Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job. G. Polyethylene Encasement 1. Polyethylene encasement shall completely encase and cover all buried metal surfaces not otherwise protected with a cathodic protection system. All bolted connections shall be coated with wax tape prior to polyethylene encasement. a. Pipe & Fittings: All ductile-iron pipe and fittings shall be encased with polyethylene sleeves in accordance with Method A described in AWWA 0105, except that tees may be encased with polyethylene wrap in accordance with Method C described in AWWA 0105. b. Valves: Buried valves shall have only the stem and operating nut exposed and the wrap shall be attached so that valve operation will not disturb the wrapping or break the seal. Refer to the applicable valve specification to determine other coating requirements. 2. Polyethylene sleeves shall be secured with polyethylene or vinyl adhesive tape or plastic tie straps at the ends and quarter points along the sleeve in a manner that will hold the sleeve securely in piace during backfill. Polyethylene wrap shall be secured with polyethylene or vinyl adhesive tape in a manner that will hold the wrap securely in place during backfill. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-11 H. Warning/Identification Tape Warning/identification Tape shall be installed as described below in accordance with the Standard Drawings. 1. Tape shall be placed at the top of the pipe zone 12" above and centered over the utility intended for identification. Tape used with onsite potable and recycled water irrigation systems shall be installed at 6" above the pipe. 2. Tape shall be installed with the printed side up and run confinuously along the enfire length of the ufility intended for identificafion. Tape shall be installed on the main piping and all appurtenant laterals, including blowofl's, air valve assemblies, fire hydrants, and services. Tape splices shall overiap a minimum of 24" for confinuous coverage. 3. Tape shail be installed prior to placement of the Trench Zone Backfill. I. Gate Wells and Valve Stem Extensions Gate wells shall be installed as shown on the Standard Drawings and as described below: 1. Gate wells shall be installed as shown on the Standard Drawings and as described below: 2. The top exterior portion of the gate well lid and ring shall be coated in accordance with Section 09900. 3. Valve Stem Extensions shail be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operafing nut to a point between 12" and 18" below the gate well lid. Valve stem extensions shall be installed in accordance with the Standard Drawings. J. Meter Box installafion Meter boxes shall be installed at the elevations and locafions shown on the Approved Plans and in accordance with the Standard Drawings. Near the completion of the project, a final meter box adjustment to finish grade may be required. Water meters shall not be installed until final adjustments are made to the meter box and approved by the City. K. Abandonment or Removal from Service of Exisfing Facilifies 1. Before excavating for new mains that are to replace existing pipes or services, the Contractor shail make provisions for the continuation and maintenance of service to customers as directed by the Engineer. 2. Abandonment or removal from service of exisfing mains, appurtenances or water services shown on the Approved Plans or as called for by the Engineer shall be as directed by the Engineer. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-12 3. Abandonment or removal from service of exisfing mains, appurtenances or water services shown on the Approved Plans or as called for by the Engineer shall be as indicated below and in accordance with the Standard Drawings: 4. Abandonment in place: a. Exisfing pipe 4" and smaller shall have a short secfion of pipe removed and pipe ends encased in concrete. b. Exisfing pipe 6" through 14" shall be cut and plugged with concrete or shail be pressure-grouted at intervals of 200' as recommended by the Engineer. c. Existing pipe 16" and larger shall be entirely filled by pressure-grouting or by blown sand as determined by the Engineer. d. Existing pipe ends shail be filled with concrete. e. All valves shall be removed with remaining pipe or fittings permanentiy sealed with blind flange or concrete plug. f. Gate wells shail be cut 24" below grade and filled with 1-2 slurry sack concrete or removed and replaced with compacted backfill. g. Water service corporation stops shall be closed. Meter boxes and curb stops shail be removed. Service laterals shail be cut back a minimum of 24-inches below the finish grade. h. Water services to be abandoned that are connected to pipelines that will remain in service shail be abandoned in-place. 5. Removal by excavation: a. Existing pipe and appurtenances shail be removed from the ground as indicated on the Approved Plans or as directed by the Engineer. b. Contractor shail provide measures that allow for the removal of existing sewer mains and appurtenances with no leakage of raw sewage. Transportation of sewer mains and appurtenances removed from service shall be in waterproof trucks to prevent raw sewage from leaking on public streets. c. Removal of asbestos-cement pipe (ACP) shall be in accordance with Section 02060, Demolition, Removal, and Disposal of ACP. d. Backfill, compaction, and surface repair of all excavations for removal of pipe and appurtenances shall be made in accordance with the Approved Plans, the General Provisions, and the Standard Drawings. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-13 L. Salvage When the Contractor is required to remove existing pipe and appurtenances, or portions thereof, from the ground, such material may, at the discretion of the Engineer, be considered salvage. All materials identified as salvage are considered property of the City. 1. The Contractor shall remove and temporarily stockpile all materials identified as salvage in a safe location that will not disrupt traffic or shall deliver salvage to the City's Field Operations Yard as directed by the Engineer. 2. The Contractor shall legally dispose of all other materials in an appropriate manner. Disposal is the responsibility of the Contractor. Obtain concurrence from the agency having disposal jurisdiction with respect to disposal sites and transportation methods. M. Reconnections 1. The Contractor may encounter unused service laterals or appurtenant piping connected to an exisfing pipeline being replaced. Laterals and appurtenance piping that will not be connected to the new pipeline shall be abandoned as described in secfion 3.11. 2. Existing service laterals or appurtenances to be connected to new pipelines shall be installed as shown on the Approved Plans or as directed by the Engineer in accordance with the Standard Drawings. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PIPING SYSTEM AND APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 15000-14 SECTION 15041 DISINFECTION OF PIPING PART 1 GENERAL A. Description This section describes requirements for disinfection by chlorination of potable and recycled water mains, services, pipe appurtenances and connecfions. B. Referenced Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. American Water Works Association (AWWA). • B300 Standard for Hypochlorites • B301 Standard for Liquid Chlorine • 0651 Disinfecfing Water Mains C. Related Work Specified Elsewhere Technical Specifications 15000, 15044, 15056, 15057, 15061, and 15064 D. Service Application 1. Ali water mains and appurtenances taken out of service for inspecfion, repairs, or other activity that might lead to contamination shall be disinfected before they are returned to service. 2. All new water mains and temporary high lines shall be disinfected prior to connecfion to the City's existing system. 3. All components incorporated into a connection to the City's existing system shall be disinfected prior to installation. E. Submittals 1. A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Engineer for review and approval prior to starting disinfection or dechlorination operafions. Pian for disinfection method and procedure shall include equipment used to inject the chlorine solufion, gauges or scales to measure the rate at which chlorine is injected, qualifications of personnel, testing location and schedule, source of water and water disposal locations. Personnel performing the disinfection shail demonstrate a minimum of five years experience in the chlorinafion and dechlorinafion of pipelines. 2. Qualification of certified testing laboratory. 3. Four copies of bacteriological test results to the Engineer upon completion of each test. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DISINFECTION OF PIPING PARK DRIVE IMPROVEMENTS SECTION 15041-1 4. Emergency Response Plan. F. Delivery. Storage and Handling Chlorination and dechlorinafion shall be performed by competent individuals knowledgeable and experienced in the operation of the necessary application and safety equipment in accordance with applicable Federal, State and Local laws and regulations. The transport, storage and handling of these materials shall be performed in accordance with Code of Federal Regulafions (CFR) 1910.120 Hazardous Waste Operafions and Emergency Response, CFR 49.172 Hazardous Materials Regulations, and the General industry Safety Orders of the California Code of Regulafions, Titie 8, Section 5194. G. Concurrent Disinfection and Hydrostatic Testing The specified disinfection of the pipelines may be performed concurrently with the hydrostatic testing in accordance with Section 15044. In the event repairs are necessary, as indicated by the hydrostatic test, additional disinfection may be required by the Engineer in accordance with this specification. H. Connecfion to Exisfing Mains Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specification, and hydrostafic testing shail be performed per Section 15044. A City Connection Permit is required authorizing connection to an existing system shall and be given only on the basis of acceptable hydrostafic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Secfion 15000. PART 2 MATERIALS A. Chlorine (Gas) 1. Liquid chlorine contains 100-percent available chlorine and is packaged in steel containers in net weights of 68.1kg (150 lb.) or 907.2kg (1 ton). 2. Liquid chlorine shall be used with appropriate gas flow chlorinators, heaters, and injectors to provide a controlled, high-concentration solution feed to the water. The chlorinators and injectors shall be the vacuum-operated type. B. Sodium Hypochlorite (Liguid) Sodium hypochlorite is available in liquid form in glass or plasfic containers, ranging in size from 0.95 L (1 Qt.) to 18.93 L (5 Gal.). The solution contains approximately 10% to 15% available chlorine. C. Tablet or Granular Hypochlorite Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DISINFECTION OF PIPING PARK DRIVE IMPROVEMENTS SECTION 15041-2 PART 3 EXECUTION A. General 1. Disinfecfion of pipelines shall not proceed unfil all appurtenances and any necessary sample ports have been installed and the Engineer provides authorization. 2. Every effort shail be made to keep the water main and its appurtenances clean and dry during the installafion process. 3. All piping, valves, fitfings, and appurtenances which become contaminated during installation shall be cleaned, rinsed with potable water, and then sprayed or swabbed with a 5 percent sodium hypochlorite disinfecfing solufion prior to installation. 4. Water mains under construction that become flooded by storm water, runoff, or groundwater shall be cleaned by draining and flushing with metered potable water until clear water is evident. Upon completion, the entire main shall be disinfected using a method approved by the Engineer. B. Methods 1. Chlorine (Gas) a. Only vacuum-operated equipment shall be used. Direct-feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not be permitted. The equipment shall incorporate a backflow prevention device at the point of connection to the potable water source used to fill the line being tested. b. The chlorinating agent shall be applied at the beginning of the system to be chlorinated and shall be injected through a corporation stop, a hydrant, or other approved connection to ensure treatment of the entire system being disinfected. c. Only a certified, licensed chlorination and testing contractor shail perform gas chlorination work. The chlorination contractor must aiso possess a Grade ii Treatment Plant Operator Certification from the State of California if required by the Engineer. 2. Sodium Hypochlorite Solution (Liquid) d. Sodium hypochlorite solution shall be used for cleaning and swabbing piping and appurtenances immediately prior to installafion and for disinfecfing ali components of connections to the City's existing system. e. Sodium hypochlorite solution may be used for the initial disinfecfion of newly installed water mains. The solufion shall be applied at a terminus of the system to be chlorinated using an injector which can adjust the amount of solution being injected into the piping system. The solution shall be injected in the appropriate concentration to achieve the specified concentration range of chlorine throughout the entire piping system. Where pumping equipment is used in conjunction with an injector, an integral backflow prevention cJevice shall be used and connected to the potable water supply. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DISINFECTION OF PIPING PARK DRIVE IMPROVEMENTS SECTION 15041-3 f. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. g. Sodium hypochlorite solufion may also be used to increase the total chlorine residual if the concentration from the initial chlorination of the system is found to be low. The solution shall be added to the system in sufficient amounts at appropriate locations to ensure that the disinfecting solution is present at a concentration within the specified range throughout the piping system. C. Procedure for Disinfecting Water Mains and Appurtenances 1. The pipeline shall be filled at a rate not to exceed 1,135 liters per minute (300 GPM) or a velocity of 0.3m per second (1 foot per second), whichever is less. 2. Disinfection shall result in a total chlorine concentration of not less than 25-mg/l. This concentration shall be evenly distributed throughout the system to be disinfected, using a continuous feed method of chlorinafion. 3. All valves shall be operated with the disinfecfion solution present in the pipeline. All appurtenances such as air-vacuum relief valves, blowoffs, hydrants, backflow prevention devices, and water service laterals shall be flushed with the treated water a sufficient length of time to ensure a chlorine concentrafion within the specified range in all components of each appurtenance. (Note the limitations for discharge of chlorinated water outlined below.) 4. The Engineer wiii verify the presence of the disinfection solution throughout the system by sampling and testing for acceptable chlorine concentrations at the various appurtenances and/or at the test ports provided by the Contractor. Areas of the system found to be below the specified chlorine concentration level shall receive additional flushing as noted above and/or additional disinfection solution as necessary. (Note the limitations for discharge of chlorinated water outlined below.) Addition of disinfection solution after the initial charging of the line shall be made by either the liquid chlorine (gas) method, or the sodium hypochlorite method as directed by the Engineer. 5. The chlorinated water shall be retained in the system for a minimum of 24 hours. The City Engineer will test the total chlorine residual. The system shall contain a total chlorine residual of not less than 80% of the initial total chlorine residual before the 24- hour soaking period began. If the totai chlorine residual has decreased more than 20%, the system shall be soaked for an addifional 24-hour period. If the total chlorine residual has not deceased after this additional 24-hour period, the system shall be flushed in accordance with the procedure detailed herein. If the total chlorine residual has decreased, the system shall be flushed in accordance with the procedure detailed herein, and shall be re-disinfected. 6. Following a successful retention period as determined by the City Engineer, the chlorinated water shall be flushed from the system at its extremities and at each appurtenance, using potable water from a source designated by the City Engineer. The minimum water velocity during flushing shall be 0.9 meters per second (3 feet per second) or as directed by the Engineer. Flushing shall continue until the replacement water in the new system is equal in chlorine residual to the potable source of supply as NOVEMBER 2012 CONTRACT 5030, 6608. & 6013 DISINFECTION OF PIPING PARK DRIVE IMPROVEMENTS SECTION 15041-4 verifled by the City. (Note the limitations for discharge of chlorinated water outlined below.) 7. The Contractor shall contract with a State certified sampling laboratory to perform sampling, transport samples and perform bacteriological sampling and tesfing as specified herein. D. Discharge of Chlorinated Water 1. Indiscriminate onsite disposal or discharge to sewer systems, storm drains, drainage courses or surface waters of chlorinated water is prohibited. 2. in locafions where chlorine neutralization is required, the reducing agent shall be applied to the water as it exits the piping system. The Developer shall monitor the chlorine residual during the discharge operafions. Total residual chlorine limits in these locations, and for the discharge of chlorinated water from the testing of pipelines to surface waters of the San Diego Region are as follows: Total Residual Chlorine Effluent Limitafions 30-Day Average 0.002 mg/l Average Daily Maximum 0.008 mg/l Maximum 0.02 mg/l 3. The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/l, which will assure compliance with the effluent limit. The Developer will perform ail necessary tests, keeping anci providing records to the Engineer to ensure that the totai residual chlorine effluent limitations listed above are met. 4. in locations where no hazard to the environment is evident based on the joint examination described above, the chlorinated water may be broadcast for dust control on the surface of the immediate site. Care shall be exercised in broadcasting the water to prevent runoff. E. Bacteriological Testing The Contractor shall employ a State certified laboratory to perform bacteriological sampling and testing of ail new system installations. The testing methodology employed by the City shall be as set forth in "Standard Methods for the Examination of Water and Waste Water" (current edition). Testing requirements are as set forth in the California Domesfic Water Quality and Monitoring Regulations and commensurate with current requirements for surface water testing. The testing laboratory will analyze the samples for the presence of coliform bacteria and heterotrophic-type bacteria (heterotrophic plate count). The evaluation criteria employed by the City for a passing test sample is as follows: 1. Coliform bacteria: no positive sample, and 2. Heterotrophic plate count (HPC): 500 colony forming units/ml or less. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DISINFECTION OF PIPING PARK DRIVE IMPROVEMENTS SECTION 15041-5 F. Redisinfection If the initial disinfecfion fails to produce satisfactory bacteriological test results, the pipeline system shall be re-flushed and re-sampled, if the second set of samples does not produce satisfactory results, the pipeline system shall be re-chlorinated, flushed, and re-stamped. The chlorinafion, flushing, and sampling procedure shall continue unfil safisfactory results are obtained. Re-disinfection and retesting shall be at the Contractor's expense. G. Disinfecfing Tie-ins and Connecfions Pipes, fittings, valves and all other components incorporated into connections with the City's exisfing system shall be spray disinfected or swabbed with a liquid chlorine solufion in accordance with AWWA 0651 and as specified herein. Upon connection to the main, the line shall be fiushed as directed by the City Engineer. Disinfection by this method is generally limited to assemblies of 20' or less in length. Alternate methods such as "predisinfection" prior to installation in accordance with AWWA 0651 may be required at the discretion of the City Engineer. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DISINFECTION OF PIPING PARK DRIVE IMPROVEMENTS SECTION 15041-6 SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES PART 1 GENERAL A. Description This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. B. Related Work Specified Elsewhere • CMWD Standard Drawings • Technical Specifications 15000, 15041, 15056, 15061, and 15064 C. Reguirements Prior to Testing 1. Provide tesfing procedure submittal including tesfing pressure, tesfing schedule, test bulkhead locations, and water supply details. 2. All piping, valves, fire hydrants, services, and related appurtenances shail be installed prior to testing. 3. The pipe trench shall have trench zone backfill placed and compacted with a minimum of 2.5' of material over the pipe. 4. All concrete anchor blocks shail be allowed to cure a sufficient time to develop a minimum strength of 13.79 MPa (2,000 psi) before tesfing. 5. Pressure tests on exposed and aboveground piping shall be conducted only after the entire piping system has been installed and attached to pipe supports, hangers or anchors as shown on the Approved Plans. 6. Steel pipelines shall not be tested before the mortar lining and coating on all pipe lengths within tlie line have been in place for a minimum of fourteen (14) days. Cement-mortar lined pipe shall not be filled with water unfil a minimum of eight hours has elapsed after the last joint has been mortared. D. Concurrent Hydrostatic Testing and Disinfection of Pipelines Hydrostatic testing of pipelines shall be performed prior to or concurrently with the disinfection operations in accordance with Section 15041. In the event repairs are necessary, as indicated by the hydrostatic test, the District may require additional disinfection in accordance with Section 15041. E. Connection to Existing Mains Hydrostatic testing shall be performed prior to connections to existing mains. A City Connection Permit authorizing connection to the existing system shall be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Secfion 15000. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 HYDROSTATIC TESTING OF PRESSURE PIPELINES PARK DRIVE IMPROVEMENTS SECTION 15044-1 PART 2 MATERIALS A. Water 1. Potable water shall be used for hydrostatic testing of potable and recycled water mains. 2. Potable water shall be supplied by a District approved source. Make-up water for testing shall also be potable water. 3. A chlorinated water solufion, in accordance with Secfion 15041, shall be used to charge the line and for make-up water when hydrostatic testing and disinfecfion operations are combined. 4. Meet all applicable state and local requirements for disposal of testing water. B. Connections 1. Testing water shall be supplied through a metered connection equipped with a backflow prevention device in accordance with Secfion 15112 at the point of connecfion to the potable water source used. 2. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 15000. PART 3 EXECUTION A. General 1. All water systems shall be pre-tested to insure passage of test prior to scheduling official test with inspector. 2. The Contractor shall provide the District with a minimum of 48 hours' notice prior to the requested date and time for hydrostatic tests. 3. The Contractor shail furnish all labor, materials, tools, and equipment for tesfing. 4. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the District. 5. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position. The Contractor is not permitted to operate any valves on the District's system. 6. At the onset of testing, ali valves, air vacuum assemblies, blowoffs, and services shall be monitored for possible leakage and repairs made, if necessary, before the test proceeds. The appurtenances shall be monitored through the duration ofthe tesfing. 7. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and placed under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 HYDROSTATIC TESTING OF PRESSURE PIPELINES PARK DRIVE IMPROVEMENTS SECTION 15044-2 8. Tesfing shall be made before connecfing the new line with the existing District pipes and mains. 9. The pipeline should be filled at a rate such that the velocity of fiow is less than 1 fps. 10. Maximum length of pipe to be included in any one (1) test shall not exceed 2,500 linear feet or vertical elevation difference of 58 feet. B. Field Test Procedure 1. Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through services, fire hydrants, air release valves, or other approved locations. 2. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. 3. Apply and maintain the test pressure by means of a hydraulic force pump. 4. Maintain the test pressure for the following durafion by restoring it whenever it falls an amount of 5 psi: Pipe Diameter(inches) Hours 18 and less 4 20 to 36 8 Greater than 36 24 5. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. The allowable leakage for various sizes of PUC & DIP with rubber gaskets are shown in the following table: TYPE OF PIPE: P.V.C. & D.I.P. CLASSES: 150&200 Pipe Sizes (inches) Allowable Leakage Gals/4 hrs/1000' of pipe 4" .33 Gals 6" .50 Gals 8" .66 Gals 10" .83 Gals. 12" .99 Gals. 14" 1.16 Gals. 16" 1.32 Gals. 18" 1.49 Gals. 20" 1.66 Gals. 24" 1.98 Gals. 6. The allowable leakage for welded steel pipe shall be zero gallons. NOVEMBER 2012 CONTRACT 5030. 6608, & 6013 HYDROSTATIC TESTING OF PRESSURE PIPELINES PARK DRIVE IMPROVEMENTS SECTION 15044-3 7. The allowable leakage for piping having threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. 8. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. C. Test Pressure 1. Pipe sizes in excess of 16" diameter shall be tested at a pressure based on test pressure as shown on the drawings, if no test pressure is shown, the pipeline at the low point in test section shall be pumped to a hydrostatic test pressure of 125 percent of the operating pressure or pipe class, whichever is the greater. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. 2. Pipe sizes 16" diameter and less shall be tested at 75 p.s.i. in excess to the operafing pressure of the pipeline. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. 3. The test pump gauge and meter shall be connected to the water main at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. Ali pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostafic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the contractor's expense and no cost to Carisbad Municipal Water District. 4. If a tested system is damaged or a leak occurs after official test the entire system or portion of system will be retested as directed by Inspector. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608. & 6013 HYDROSTATIC TESTING OF PRESSURE PIPELINES PARK DRIVE IMPROVEMENTS SECTION 15044-4 SECTION 15056 DUCTILE-IRON PIPE AND FITTINGS PART 1 GENERAL A. Description This section includes materials and installation of ductile-iron pipe and fittings for potable water systems. B. Reference Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ANSI B16.42 Ducfile iron pipe flanges and flanged fittings, classes 150 and 300. ASTM A536 Specification for ductile iron castings. AWWA 0104 Cement mortar lining for ductile iron pipe and fitfings for water AWWA 0105 Polyethylene encasement for ductile iron pipe systems AWWA 0111 Rubber-gasket joints for ductile iron pipe AWWA C600 Installation of ductile iron water mains and their appurtenances C. Related Work Specified Elsewhere CMWD Standard Drawings Technical Specifications 09900, 15000, 15044, 15061, 15064, 15108, and 15112 D. Service Application Ductile-iron pipe shall be used only in specific areas, locations, and uses allowed by the City. E. Design Reguirements 1. General: a. Ducfile-iron pipe and fittings shall be manufactured per AWWA 0110, 0111, C115, 0150, 0151, and 0153. Gray-iron and cast-iron fittings or flanges shall not be used. b. Ducfile-iron fittings manufactured per AWWA 0153 shail be installed on mains 12" and smaller only. c. Joints for ducfile-iron pipe and fitfings shall be mechanical, flanged, or push-on in accordance with AWWA 0110, C111, and 0153. d. Except as amended herein, or otherwise shown on the Approved Plans, joints for ductile-iron pipe and ductile-iron flttings shall have a pressure rating equal to or greater than the adjacent piping. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DUCTILE-IRON PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15056-1 e. Joints in buried piping may be of the push-on, flanged or mechanical-joint type per AWWA 0111 except where particulariy specified on the Approved Drawings. f. Joints that are aboveground, within structures, or submerged shall be flanged unless otherwise shown on the Approved Plans. 2. Unless otherwise specified, ductile-iron flanges shall be in accordance with AWWA 0115, rated at a working pressure of 1,724 KPa (250 psi). Where required in order to connect to the flanges of 1,724 KPa (250 psi) butterfly valves, or as otherwise shown on the approved plans, ducfile-iron flanges shall be compafible with AWWA C207, Class iipii Maximum working pressure of flanges shall be as specified in AWWA or ASME/ANSi. Flanges shall be integrally cast per AWWA 0110 or shop-threaded per AWWA 0115. Flanges shall be solid. Holiow-back flanges are not permitted. Gray-iron or cast-iron flanges are not permitted. Threading of flanges in the field is not permitted. Where threaded flanges are used, the pipe or spool piece to which they are connected will be hydrostatically tested in the presence of the Engineer prior to installation. The pipe section or spool piece shall be hydrostatically tested for 15 minutes at the pressure rating of the flanges. No leaks shall be permitted. 3. Plain ends shall conform to the requirement of AWWA 0151 and to the dimensions included within AWWA 0110 to accept a mechanical joint, push-on joint, flanged coupling adaptor, flexible coupling, or grooved coupling. Refer to Section 15000 for coupling descripfions. 4. The exterior surfaces of all pipe and fittings shall be factory coated with a minimum one- (1) mil thick petroleum asphaltic material per AWWA 0110 and 0151. 5. All pipe and fitfings shall be cement-mortar lined in accordance with AWWA 0104, using the double thickness requirements indicated in said standard. Type li or Type V Portland cement per ASTM C 150 shall be used. F. Qualitv Assurance G. The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe and fittings has been subjected to and met the tests specified for ducfile-iron pipe and fitfings per AWWA C110, 0111, 0115, 0150, C151, and 0153, as applicable. H. All pipe shall have a home mark on the spigot end to indicate proper penetrafion when the joint is made. I. Ducfile-iron pipe shail bear indelible identificafion markings as required by AWWA 0151. J. Submittals The following items shall be submitted and reviewed by the City prior to shipping of ductile-iron pipe and fitfings: NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DUCTILE-IRON PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15056-2 • An affidavit of compliance with AWWA 0104, 0110, 0111, 0115, C150, 0151, 0153, and the requirements of this specification. • Typical joint details. • Typical details and descripfion of lining and coafing. • Calculations supporting selected wall thickness. • Calculations demonstrating that each proposed restrained joint arrangement can resist the applied forces. • Cathodic protection materials. K. Delivery. Storage, and Handling Delivery, storage, and handling of ducfile-iron pipe and fitfings shall follow the recommendafions of AWWA C600 and as specified herein: 1. Handling of pipe shall be performed with lifts, cranes, or other suitable equipment and devices. Slings, hooks, or pipe tongs shail be padded and used in such a manner as to prevent damage to the pipe, linings, and coafings. The pipes shall not be dropped or dragged. 2. During transport, the pipe shall be supported and secured against movement using padded devices in such a manner to prevent damage. 3. Stored pipe shall be protected from damage and kept free from dirt and foreign materials by closing the ends of the pipe. Other pipeline materials shail be protected by appropriate packaging or wrapping. Gaskets shail be stored in a cool location out of direct sunliglit. Bolts, nuts, and washers shall be handled and stored in a dry locafion in a manner that will ensure proper use with respect to types and sizes. 4. Pipe laid out for installafion shail be placed on earth berms or fimber cradles adjacent to the trench in the numerical order of installation. 5. Maintain plastic end caps on all pipe and fitfings in good condifion unfil the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray clean potable water inside the pipe for moisture control. 6. Under no circumstances shall ropes or other devices be attached through the fitting's interior for handling. L. Recycled Water Identification Ductile-iron pipe and fittings for recycled water shall be identified with purple-colored coating, purple polyethylene sleeves, identification labels or signs in accordance with Section 15000. M. Corrosion Protection Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, ali buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DUCTILE-IRON PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15056-3 N. Warning/Identification Tape Warning/Identification tape shall be installed for ductile-iron pipe and fittings in accordance with Secfion 15000. PART 2 MATERIALS A. Ducfile-iron Ductile-iron pipe and appurtenant components and materials shall be selected from the Approved Materials List in accord with the Standard Drawings. B. Gaskets 1. Mechanical joint rubber gasket configurafion and materials shall comply with AWWA 0111, and according to the applicable joint type and pressure rafing of the piping system. 2. Flange gaskets shall be 1/8" thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes. Ring gaskets extending to the inner edge of the bolt circumference may be used only upon approval of the City Engineer. 3. Push-on joint rubber gaskets shall be per AWWA 0111. 4. If organic solvents or petroleum products are encountered during the course of the work, alternate gasket materials or joint treatment may be required by the Engineer. C. Bolts and Nuts for Flanges Bolts and nuts shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. D. Wax Tape Coating Wax Tape shall be provided in accordance with Section 09902 and the Approved Materials List. E. Polyethylene Encasement Polyethylene encasement shall be provided in accordance with Section 15000 and selected from the Approved Materials List. F. Warning/identification Tape Warning/Identification tape materials shall be in accordance with Section 15000 and selected from the Approved Materials List. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DUCTILE-IRON PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15056-4 PART 3 EXECUTION A. General At all times when the work of installing pipe is not in progress, including worker break fimes, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shail maintain the interior of the pipe in a sanitary condition free from foreign materials. B. Trenching. Backfilling and Compacfing Trenching, backfilling and compacting shall be performed in accordance with Section 300 and 306 of the General Provisions. C. Dewatering 1. The Contractor shall provide and maintain at ali times during construcfion ample means and devices to promptly remove and dispose of all water from any source entering trench excavations or other parts of the work. Any damage caused by flooding of the trench shall be the Contractor's responsibility. 2. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of ali utilities, 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 replaced as directed by the Engineer. See Technical Specification Section 02240. D. Pipe installafion 1. When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shail comply with ail Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until ail the tests and safety provisions of the Code of Federal Regulafions 1910.146, and the General industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. 2. The Contractor shail furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, joinfing materials, and aii other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation, install pipe in the trench as follows: 3. inspect each pipe and fitting before lowering the pipe or fitting into the trench, inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installafion. 4. Install pipe according to the manufacturer's approved order of installation, install pipes uphill if the grade exceeds 10%. Lower the pipe onto the bedding at the proper lines and grades. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DUCTILE-IRON PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15056-5 5. The manufacturer's printed installation guide outiining the radius of curvature that can be negotiated with pipe sections of various lengths shall be followed, except they shall not exceed the deflections allowed in AWWA C600 according to joint type. Combined deflections at rubber gasket or flexible coupling joints shall not exceed that recommended by the manufacturer. 6. The pipe shall have flrm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell end or coupling. 7. Pipe Assembly: a. Push-On Type: Assemble the pipe joint using a lubricant selected from the Approved Materials List, insert the spigot end into the bell or coupling to the proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive spigot ends of the pipe into bell ends in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. b. Mechanical Joint Type: Assembly of mechanical joint fitfings shall be in accordance with the manufacturer's recommendations regarding installation. 8. During installafion operafions, do not piace tools, clothing, or other materials in the pipe. 9. When pipe installation is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water, animals, or foreign material to enter the pipe. E. Corrosion Protection Polyethylene encasement shall be installed on all buried ducfile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. F. Flanged Pipe and Fittings Flanged connections shall be installed where indicated on the Approved Drawings. 1. Bolt holes shall straddle the horizontal and vertical centeriines. 2. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. 3. Bolts and nuts shall be lubricated with a City-approved anti-seize compound. 4. Nuts shail be tightened in an alternating "star" pattern to the manufacturer's recommended torque. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DUCTILE-IRON PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15056-6 5. Coat the exterior of exposed flanges, bolts and nuts located aboveground or within vaults in accordance with Section 09900. G. Mechanical Joint Connecfions 1. install mechanical joint connecfions per AWWA C600 and the manufacturer's recommendations. 2. Prior to installation of the mechanical joint, clean the socket and plain end of the pipe. Lubricate both the gasket and plain end of the pipe with an approved lubricant per AWWA 0111 immediately prior to slipping the gasket onto the plain end of the pipe. 3. Tighten the bolts to the normal range of bolt torque per the manufacturer's recommendations and AWWA C600k, Table 3, as follows: Pipe Diameter Bolt Size Range of Torgue 3" 5/8" 61-81 N-M (45-60 ft.-lb.) 4-24" 3/4" 102-122 N-M (75-90 ft.-lb.) 30-36" 21" 136-163 N-M (100-120 ft.-lb.) H. Crosses 1. Each flanged ducfile-iron cross shail be installed with flanged ductile-iron pipe spools between the cross and the valves. The spools are included to position the valves a sufficient distance from the cross to allow installation of the thrust blocks without conflicting with the valve actuators. 2. The spools shall be 18" long for pipe sizes 8" through 12", and 24" long for pipe sizes 16" and larger. 3. The spools shall be equal in class to the adjacent pipe. I. Joint Bonding and Cathodic Protection Bonding of joints to provide confinuity, flange insuiafion kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings and Section 16640. J. Couplings for Ducfile-iron Pipe 1. Mechanical type flexible joints shall be installed where shown on the Approved Drawings. Grooved couplings shail be used in vaults and above ground. Fiexible couplings may be used, where indicated on the drawings, below ground, but may also be used above ground with restrained joints. Flanged coupling adapters shall be used for buried pipelines, where allowed by the City. 2. Grooved joint couplings shall be installed per AWWA C606 and as indicated in Secfion 15000. 3. Flanged coupling adapters, where allowed by the City, shall be installed per the manufacturer's recommendations. NOVEMBER 2012 CONTRACT 5030. 6608, & 6013 DUCTILE-IRON PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15056-7 4. Flexible couplings shall be installed per Secfion 15000 and the manufacturer's recommendafions. 5. All couplings for ducfile-iron pipe shall be shop-coated in accordance with Secfion 15000. K. Concrete Concrete thrust and anchor blocks shall be installed in accordance with Section 201 and 303 of the General Provisions and the Standards Drawings. L. Warning/Identification Tape Warning/identification tape shall be installed in accordance with Section 15000 and the Standard Drawings. M. Disinfection and Bacteriological Testing Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. N. Hydrostatic Testing Field hydrostafic tesfing shall be performed in accordance with Secfion 15044. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 DUCTILE-IRON PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15056-8 SECTION 15057 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS PART 1 GENERAL A. Description This section includes materials and installation of copper tubing, brass and bronze pipe fittings and appurtenances. B. Reference Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. • ANSI B1.20.1 Pipe threads, general purpose • ANSI B16.18 Case copper alloy solder joint pressure fittings C. Related Work Specified Elsewhere CMWD Standard Drawings Technical Specificafions 09900, 15000, 15041, 15044, 15056, 15061 and 15064 D. Service Lateral Wet Tap Connections Contractor shail perform ail wet tap connections to existing pipelines in accordance with Section 15000. E. Recycled Water identification Copper Tubing, Brass, and Bronze Pipe Fittings for recycled water shail be identified with purple color coating, purple polyethylene sleeve, identification labels or signs in accordance with Section 15000. F. Warning/identification Tape Warning/Identification Tape shall be used for all copper tubing, except that which is bored or jacked, in accordance with Secfion 15000. PART 2 MATERIALS A. Copper Tubing Copper tubing shall conform to the requirements of ASTM B 88 Type K or ASTM B 88 M (Metric) Type A seamless copper water tube. Copper tubing up to 1" diameter shall be soft; 2" may be soft or rigid. Components shall be selected from the Approved Materials List in accordance with the Standard Drawings. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PIPE FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15057-1 B. Brass Pipe. Nipples, and Fitfings Threaded nipples, brass pipe and fittings shall conform to ASTM B 43, regular wall thickness. Threads shall conform to ANSI B1.20.1. Fitfings shail be fiared or silver soldered pr CMWD Standard Drawings W3 and W4. C. Bronze Appurtenances 1. Corporation stops, curb stops, meter and angle meter stops, meter flange adapters, and bronze-bodied service saddles shall be selected from the Approved Materials List in accordance with the Standard Drawings. 2. Fittings shall be flared type or silver soldered. 3. Ail items specifled herein shall be manufactured of bronze conforming to ASTM B 62. 4. Service saddles shall be the double strap type. Service saddles shail be used on all service and appurtenance connections on PVC piping. For piping materials other than PVC, service and appurtenance connections shall be performed in accordance with the Approved Drawings. D. Bolts and Nuts for Flanges Bolts and nuts shall be in accordance with Secfion 15000 and the Approved Materials List. E. Warning/Identification Tape Warning/Identification Tape materials shail be in accordance with Section 15000 and shall be selected from the Approved Materials List. PART 3 EXECUTION A. Copper Tubing and Fitfings 1. Trenching, bedding, backfilling and compacfing shall be performed in accordance with CMWD Standard Drawings. Provide a minimum cover of 30" below finished street grade. 2. Cut tubing true and square and remove burrs. 3. Bends in soft copper tubing shall be long sweep. Shape bends with shaping tools. Form bends without fiattening, buckling, or thinning the tubing wall at any point. 4. Assemble copper tubing and fittings per the manufacturer's recommendation in accordance with the Standard Drawings. 5. install warning/identification tape in accordance with Section 15000 and the Standard Drawings. 6. All fittings shall be soldered or flared as shown on the Approved Plans and Standard Drawings. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PIPE FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15057-2 B. Service Saddles 1. Service saddles shall be located a minimum of 24" from any pipe joint or flttings. 2. Service saddles for connecfions shall be located a minimum of 24" from other saddles. Addifionally, mulfiple service saddles for connecfions that are installed on the same side of a single pipe length shall be alternately staggered between lOo and 30o to prevent a weak plane in the pipe. 3. The surface of the pipe shall be clean and all loose material shall be removed to provide a hard, clean surface. 4. The service saddle shall be tightened in accordance with the manufacturer's recommendations to ensure a tight seal, using care to prevent damage or distortion of the service saddle or corporation stop due to over-tightening. 5. The tap into the pipe shall be made in accordance with the pipe manufacturer's recommendation. Tapping tools and shell cutters with internal teeth or double slots that will retain the coupon shall be used. C. Disinfection and Bacteriological Testing Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. D. Hydrostafic Testing Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION NOVEMBER 2012 CONTRACT 5030,6608, & 6013 PIPE FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15057-3 SECTION 15061 CEMENT-MORTAR LINED AND COATED STEEL PIPE AND SPECIALS PART 1 GENERAL A. Description This secfion includes materials, design, fabrication, and installation of cement-mortar lined and coated steel pipe and specials. B. Reference Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless othen^/ise called for. • AWWA C200 Steel Water Pipe 6-inches and Larger • AWWA C205 Cement-Mortar Protective Lining and Coafing • AWWAC206 Field Welding of Steel Water Pipe • AWWA 0207 Steel Pipe Flanges • AWWA C208 Dimensions for Fabricated Fitfings • AWWA 0209 Cold Applied Tape Coating for the Exterior of Special Sections, Connecfion and Fittings for Steel Water Pipelines • AWWA 0210 Coal-tar Epoxy Coafing System for Interior and Exterior of Steel Water Pipelines • AWWA 0213 Fusion-Bonded Epoxy Coating for the interior and Exterior of Steel Water Pipelines • AWS Standard Qualification Procedure for Manual Welding Operators • ASME Boiler and Pressure Vessel Code • AWWA 0214 Tape Coatings Systems for the Exterior of Steel Water Pipeline C. Related Work Specified Elsewhere • CMWD Standard Drawings • Technical Specificafions 09900, 15000, 15041, 15044, 15074, 15100, 15108, and 15112. D. Service Applicafion Cement-mortar lined and coated steel pipe and specials shall be used only for specific purposes as shown on the Approved Plans. Generally, cement-mortar lined and coated steel pipe shall be used for transmission mains 24" or larger, but may be used for lines as small as 14" with the approval of the Engineer. E. Specials A special is defined as any piece of pipe other than a normal full length of straight pipe. This includes, but is not limited to, elbows, short pieces, reducers, tees, crosses, spools, sections with outlets, beveled sections and access holes. NOVEMBER 2012 CONTRACT 5030, 6608. & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-1 F. Submittals The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals 01330. Submittals are required for the following: 1. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts of, but not limited to, the following: Shop Drawings Fabricafion Details Layout Schedule Dimensional Checks Manufacturer's tests Protective Coatings Mill Reports or Plant Test Reports Welding Rods for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. The layout schedule shall indicate the order of installation, the length and locafion of each pipe secfion and special, the station and elevafion of the pipe invert at ail changes in grade, and all data on curves and bends for both horizontal and vertical alignment. 2. Submit data used by the Contractor in manufacture and quality control. 3. Test reports showing the physical properties of the rubber used in the gaskets shall be submitted. G. Payment 1. 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. 2. Payment by the linear foot shall be for each diameter and for each pipe strength designafion measured horizontally over the pipe centeriine. H. Quality Assurance 1. Cement-mortar lined and coated steep pipe shall be inspected at the supplier's manufacturing plant by the Engineer. Developer shail be responsible for Engineer's expenses, including travel, time, meals and overnight accommodations. Overnight accommodafions and air travel may be required, at the discretion of the Engineer, if the manufacturing plant is more than 100 miles from the Engineer's office. 2. In addifion to the shop hydrostafic tesfing performed on pipe cylinders required per AWWA 0200, all welds of specials and attachments (i.e., joint rings and nozzles) shall be tested by a dye-penetrant process. Certification of such testing shail be submitted to the City. 3. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Secfion 3. Welders shall present a copy of their certification to the City prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. 4. Plainly mark each length of straight pipe and each speciai at the bell end to identify the proper location of the pipe item by reference to the layout schedule. NOVEMBER 2012 CONTRACT 5030. 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-2 5. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identification in the field. I. Delivery. Storage, and Handling Delivery, storage, and handling ofthe pipe and specials shall be as follows: 1. Pipe and fittings shall be carefully handled and shail be protected against damage to linings and coafings due to impact shocks. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the site or elsewhere. Pipe shall be handled and stored per these requirements and in accordance with the Manufacturer's recommendations. 2. Temporary internal bracing shall be installed in all pipe 24" and larger prior to shipment to the job site. Temporary internal bracing shall be 4" x 4" wooden struts installed in both the horizontal and vertical direcfions. Each set of struts shall be nailed together as a unit. Wooden wedges may be used to maintain the proper tight fit of the internal bracing. The bracing shall be located 12" in from each end of the pipe secfion for all pipe, and addifionally at the mid-point for piping 30" and larger. Maintain internal bracing as specified under Pipe installation. 3. Transport pipe to the job site on padded bunks with nylon tie-down straps or padded bonding to protect the pipe. 4. Pipes and specials shall only be handled with appropriate spreader bars and wide nylon slings. Chains or wire rope slings shall not be used. Under no circumstances shail pipe or specials be pushed or dragged along the ground. All pipe secfions over 20' in length shall be lifted at the quarter points from each end. 5. Store pipe on earth berms or timber cradles adjacent to the trench in the numerical order of installafion. Place the supports at about one-quarter point from the pipe ends. 6. Maintain plasfic end caps on all pipe and specials in good condifion unfil the pipe is ready to be installed in the trench. Periodically open the plasfic end caps and spray potable water inside the pipe for moisture control. PART 2 MATERIALS A. Pipe Design Reguirements 1. Pipe manufacturing shall be the product of one company in the business of designing and manufacturing cement-mortar lined, tape wrapped and mortar coated steel pipe. 2. The pipe shall consist of the following components: 3. A welded steel cylinder with joints formed integrally with the steel cylinder or with steel joint rings welded to the ends; A centrifugally-cast cement-mortar lining; A self-centering bell and spigot joint with a circular preformed elastomeric gasket, so designed that the joint will be watertight under all conditions of service; Tape wrapping of the cylinder over a dielectric coating; A dense, concentric, steel reinforced exterior cement-mortar coating. NOVEMBER 2012 CONTRACT 5030. 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-3 4. The Plans indicate the elevafions and alignment of the pipeline, the nominal inside diameter of the lined pipe, and the minimum steel cylinder thickness or design pressure (adjusted to satisfy transient condifions). Design soil cover shall be as stated on the Plans or Speciflcations or, if none is stated, the amount of cover shall be scaled from the Plans. 5. Minimum thickness of the steel cylinder shall be as shown on the Plans or, if not shown on the Plans, as determined by the following formula, except that steel thickness shall not be less than 10 gauge (0.1345-inch). t = Pd Where P = Design pressure, in psi plus 50 psi minimum 2S S = Steel stress at design pressure, i.e., 16,500 psi t = Steel cylinder thickness, in inches d = OD of steel cylinder, in inches B. Steel Cylinders 1. Materials used in fabricafing steel cylinders shall be hot rolled carbon steel sheets conforming to the requirements of ASTM A53, Grade B, ASTM A570 Grade 36 or Grade 33, or steel plates conforming to the requirements of ASTM A36. The method of testing shall conform to the requirements of ASTM A570. 2. Full penetrafion welds will be required. Welds may be straight or spiral seam. The circumferential stress in the steel shall not exceed 16,500 psi at the design pressure. 3. Remove the exterior weld bead along the entire exterior surface of the pipe. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus 1/32-inch. C. Cement Cement for mortar lining and coafing shall be Portland Cement Type il and conform to ASTM 0150, unless otherwise specified. Admixtures containing chlorides shall not be used. D. Steel Bar or Wire Reinforcement Circumferential steel bar or wire reinforcement shall conform to ASTM A615, Grade 40, "Specifications for Billet-Steel Bars for Concrete Reinforcement". Wire fabric reinforcing for cement-mortar coafings and linings of fittings shall conform to ASTM Al 85, "Specifications for Welded Steel Wire Fabric," or ASTM A497, "Specifications for Welded Deformed Steel Wire Fabric." Spiral-wire reinforcement for cement-mortar coatings shall conform to ASTM A82. E. Steel for Joint Rings Steel for bell rings shall conform to ASTM A575, "Specification for Merchant Quality Hot Rolled Carbon Steel Bars." Steel for spigot rings shail conform to ASTM A576, "Specification for Special Quality Hot-Roiled Carbon Steel Bars." NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-4 F. Dimensions The steel pipe sizes shown on the Plans or otherwise referred to shall be the nominal inside diameter. Unless otherwise specified, the nominal diameter shown on the Plans shall be considered to be the inside diameter after lining. G. Manufacturer's Tests 1. Each steel cylinder with joint rings attached and cylinders for specials shall be hydrostatically tested to a circumferential stress of at least 22,000 psi, but not more than 25,000 psi. if leaks develop during tesfing, the cylinder shall be repaired by welding and retested until ali leaks are eliminated. 2. The seams in short radius bends and special fitfings shall be tested by the air-soap method using air at a pressure of 5 psi or by the dye-check method. However, if the fitting is fabricated from cylinders which have been previously hydrostatically tested, no further test will be required on seams so tested. 3. Hydrostatic testing of fittings to 150% of the design pressure may replace the tests described above. Any defects revealed by any of the alternate test methods shall be repaired by welding and the fitting retested until all defects have been eliminated. H. Fabrication Details 1. Each special and each length of straight pipe shall be plainly marked at the bell end to identify the design pressure and the proper location of the pipe or special by reference to layout schedule. 2. Exposed portion of joint rings shall be protected from corrosion by the manufacturer's standard coating. 3. The pipe shall be fitted with devices shown on the Plans to permit continuous electrical bonding ofthe various joints following field installafion. I. Protective Coatings and Linings 1. All exposed metal surfaces shall be painted or coated as specified in Secfion 09870 and 09900, Painting and Coating, except where other coatings are specified elsewhere and in this secfion. 2. All steel pipe and fitfings shall be cement-mortar lined in accordance with AWWA 0205 and C602. Linings shall be in accordance with table below. 3. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, 0214 and C602 and Section 09870 unless othenA/ise specified on the Plans. 4. For the following nominal inside diameters, the lining thickness and minimum cement-mortar coafing thickness shall be as follows: NOVEMBER 2012 CONTRACT 5030. 6608. & 6013 CEMENT-MORTAR UNED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-5 LINING COATING Nominal Pipe Size Thickness Tolerance Thickness Tolerance (inches) (inches) (inches) (inches) (inches) 4-10 1/4 -1/32+1/32 1/2 +1/8 12-18 3/8 -1/16+1/8 5/8 +1/8 20-44 1/2 -1/16+1/8 3/4 +1/8 45-58 3/4 -1/16+1/8 1 +1/8 60 and over 3/4 -1/16+1/8 1 1/4 +1/8 J. steel Pipe and Specials Steel pipe and specials shall conform to the requirements of the AWWA C200 and C205, and AWWA Ml 1, except as modified herein. 1. Steel for fabricated cylinders shall conform to ASTM A 36/A 36M, ASTM A 283/ A 283M, Grade D, or ASTM A 570/A 570M, Grade 36. Other steel grades may be used only upon approval of the Engineer. 2. Cement-mortar coating shall be reinforced in accordance with AWWA C205. 3. Cement mortar grout for field joints shall consist of a mixture of 1-1/2 to 2 parts sand to 1 part Type il or Type V Portland Cement with enough clean, potable water to permit packing and troweling without crumbling. The sand shall be washed, well-graded sand such that all wili pass a No. 8 sieve. The quantity of water to be used in the preparation of grout shall be the minimum required to produce a mixture sufficiently workable for the purpose intended. Grout shall attain a minimum compressive strength of 12.4 MPa (1,800 psi) in 28 days. 4. In certain circumstances, rapid-setting mortar may be required. Acceleration admixtures may be used in the mix as permitted by the Engineer. Calcium chloride shall not be used in the mix. K. Painting and Coafing 1. Paint and coafing products for exterior surfaces of all pipe and appurtenances not otherwise mortar-coated shall be in accordance with Section 09900 and the Approved Materials List. 2. Paint and coating products for areas in contact with potable water such plain ends of pipe, grooved and shouldered ends of pipe and exposed inside surfaces or threaded outlets and blind flanges shail be in accordance with Section 15000 and selected from the Approved Materials List. L. Bolts and Nuts for Flanges Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-6 M. Gaskets 1. Rubber-ring gaskets shall comply with AWWA C200 according to the applicable joint type and pressure rafing ofthe piping system. 2. Flange gaskets shall comply with AWWA 0207. Flange gaskets shall be 3.18mm (1/8") thick acrylic or aramid fibers bound with nitrile for ail sizes of pipe. Gaskets shall be full- face type with pre-punched holes or ring-type extending to the inner edge of the bolt circumference of the flange. 3. in the event of encountering organic solvents or petroleum products during the course of the work, alternate gasket materials or joint treatment will be required as directed by the Engineer. N. Cement-Mortar Curing 1. The pipe shall be cured by water curing, steam curing or a combination of both. Water curing and steam curing may be used interchangeably on a time ratio basis of four hours water curing to one hour of steam curing. Where steam curing is used, the pipe shall be kept in steam maintained at a temperature of 100 F to 150 F for the specifled period and, where water curing is used, the pipe shall be kept continually moist by spraying or other means for the specifled periods. The pipe shall not be allowed to dry either on the inside or outside surfaces during the curing period. 2. Where water curing is used, the pipe shall be kept continuously moist for seven days at a temperature of not less than 40 F before being moved to the trench site. 3. Cement-mortar lining and coafing of special pipe and fittings may be cured in accordance with the above provisions or by prompt application of a white-pigmented sealing compound conforming to ASTM C309. Sealing compound shall not be applied at joint ends where compound will interfere with the bond of joint mortar. O. Special Pipe and Fitfings 1. The manufacturer shall furnish all fitfings and special pieces required for closures, curves, bends, branches, manholes, outlets, connecfions for mainline valves, and other appurtenances required by the Plans. 2. Special fittings shall be fabricated of welded steel sheet or plate, lined and coated with cement-mortar of the same type as the adjoining pipe and applied as specified for lining and coafing of specials in AWWA C205 and as modified herein. Butt welding shall be used, unless otherwise indicated on the Plans. 3. Minimum centeriine radius of an elbow or bend shall be as follows. The maximum defiection at a mitered girth seam shall be 22-1/2 degrees. Pipe Size (Inches) Minimum Centeriine Radius 30-48 2-1/2 fimes ID 51-60 10-feet Over 60 2 times ID NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-7 4. The circumferential stress in the sheet or plate shall not exceed 13,500 psi at the design pressure. The minimum thickness of sheet or plate shall be as follows: Fitting Diameter Range (Inches) Minimum Thickness of Sheet or Plate 18 and under 10 gauge 20-24 3/16" or 7 gauge 26 - 36 1/4" 38-45 5/16" 48 - 54 3/8" 57-60 7/16" 63-72 1/2" 75 - 84 5/8" 5. Outlets at special fittings shail be reinforced with collars or crotch plates. If collar reinforcement is used, the outlet diameter shall not exceed 69% of the ID of the fitting. The diameter of outlets reinforced with crotch plates may equal the fitting diameter. 6. The effective shoulder width "W" of collars from the inside surface of the steel outlet to the outside edge of the collar measured on the surface of the cylinder shail be not less than one-third or more than one-half the ID of steel oufiet. The thickness of the collar shall be not less than "T" as determined by: Pwx ID cyi. X ID outlet T= 36,000 X W 7. Where Pw is the design pressure in pounds per square inch, and all other dimensions are in inches. Collars may be oval in shape or rectangular with well-rounded corners. Outiets 3-inches in diameter and smaller may be installed without collars. 8. The design of crotch plates shall be based upon the paper by Swanson, Chapton, Wilkinson, King, and Nelson, originally published in June 1955 issue ofthe Journal ofthe American Water Works Association and in conformance with AWWA M-11. P. Tape Wrap and Mortar Shield Tape wrap and mortar shield for concrete mortar lined steel pipe shall be in accordance with Section 09870. Q. Handling and Shipment Pipe and speciai fittings shall be handled carefully, and blocking and holddowns used during shipment shall prevent movement or shifting. Both ends of pipe and fitfings on trucks or rail cars shall be buikheaded or covered in order to prevent excessive drying ofthe interior lining. PART 3 EXECUTION A. General At all times when the work of installing pipe is not in progress, including worker break times, the ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-8 Contractor shall maintain the interior of the pipe in a sanitary condifion free from foreign materials. B. Dewatering 1. The Contractor shall provide, and maintain at all fimes during construcfion, ample means and devices to prompfiy remove and dispose of all water from any source entering trench excavations or other parts of the work in accordance with Section 02240. Any damage caused by fiooding of the trench shall be the Contractor's responsibility. 2. Contractor shall obtain a Discharge Permit in accordance with Section 02240. 3. Dewatering shall be performed by methods that will maintain a dry excavafion, preservation of the final lines and grades and protection of all utilities, if flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances shall be repaired or replaced as directed by the Engineer. C. Pipe Installafion 1. When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulafions 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. Generally, the aforementioned safety provisions apply to pipe 24" and larger. Note that for pipe less than 24" diameter, more stringent safety procedures apply. 2. The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, joinfing materials, and all other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation. 3. Pipe installafions shail be as shown on the Approved Plans and Shop Drawings in accordance with the following: a. No pipe shall be installed where the linings or coafings show cracks that may be harmful as determined by the Engineer. Such damaged linings and coatings shall be repaired or new, undamaged pipe secfions shall be provided. b. Pipe damaged prior to Substanfial Complefion shall be repaired or replaced by the Contractor. c. The Contractor shall inspect each pipe and fitting to ensure that there are no damaged portions of the pipe. The Contractor shail remove or smooth out any burrs, gouges, weld splatter, or other small defects prior to laying the pipe. d. Before placement of pipe in the trench, each pipe or fitfing shall be thoroughly cleaned of any foreign substance which may have collected thereon and shall be kept clean at all times thereafter. For this purpose, the openings of all pipes and NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-9 fittings in the trench shall be closed during any interrupfion to the work as noted above. e. Pipe shall be laid directiy on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings and to permit visual inspection of the joint. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for applicafion of coafings on field joints. f. Installation Tolerances: Each secfion of pipe shall be laid in the order and posifion shown on the approved layout schedule to the proper lines and grades in accordance with the following: • Each secfion of pipe having a nominal diameter less than 48" shall be laid not to vary more than 0.2-ft horizontally or 0.1-ft vertically from the alignment and elevations shown on the Approved Plans. • Each secfion of pipe having nominal diameter 48" and larger shall be laid not to vary more than five percent (5%) of the pipe diameter horizontally or two and one half percent (2.5%) of the pipe diameter vertically. • In addifion to the horizontal and vertical tolerances above, lay the pipe so that no high or low points occur along the pipeline other than those shown on the approved layout schedule. 4. Where necessary to raise or lower the pipe due to unforeseen obstrucfions or other causes, the Engineer may change the alignment and/or the grades. Such change shail be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shail the deflection in the joint exceed seventy flve percent (75%) of the maximum deflection recommended by the pipe manufacturer. No joint shall be deflected any amount that will be detrimental to the strength and water fightness of the finished joint, in all cases the joint opening, before flnishing with the protective mortar inside the pipe, shall be the controlling factor. 5. Pipes shall be laid uphill on grades exceeding 10 percent. Pipe that is laid on a downhill grade shail be blocked and held in place unfil the following pipe secfion has been installed to provide sufficient support to prevent movement. 6. Temporary internal pipe bracing shail be left in place in pipe sizes larger than 24" until pipe zone compacfion has been completed. Bracing in pipe smaller than 24" may be removed immediately after the pipe has been laid into the trench. The Contractor shail employ a laboratory to monitor pipe deflecfion by measuring pipe inside diameter before bracing is removed and 24 hours after struts are removed. Pipe deflection shall not exceed 3 percent in 24 hours after the bracing has been removed. After the backfill has been placed, the struts shall be removed. 7. Cold Weather Protection: No pipe shall be installed upon a foundation onto which frost has penetrated or at any time that there is a danger of the formation of ice or penetration of frost at the bottom ofthe excavafion. No pipe shall be laid unless it can be established that the trench will be backfilled prior to formation of ice and frost. NOVEMBER 2012 CONTRACT 5030. 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-10 8. Pipe and Special Protecfion: The openings of all pipe and specials where the pipe and specials have been mortar-lined in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to prevent unauthorized access by persons, animals, water, or any undesirable substance. The bulkheads shall be designed to prevent drying out of the interior of the pipe. The Contractor shall introduce water into the pipe to keep the mortar moist where moisture has been lost due to damaged bulkheads. D. Rubber-Ring Joints: Shall only be used as shown on Plans 1. For pipe sizes smaller than 24-inches, the bell end shall be buttered with cement mortar in a manner and quantity that will completely fill the recess between the respective linings of the two joined secfions of pipe. The spigot end shall then be entered into the bell end of the adjacent pipe section the distance shown on the Shop Drawings, immediately after joining, the pipe interior shall be swabbed to remove ail excess mortar by drawing a swab or squeegee through the pipe. The pipe interior shall be inspected by a closed circuit television camera, to assure quality of internal mortar. 2. For pipe sizes 24-inches and larger, the joint recess shall be pointed from the inside with cement mortar after the backfill has been placed and compacted and the pipe permitted to take any normal settiement. The mortar shall be mixed of one part cement to one and one-half parts of sand and pointing accomplished in two or more lifts and finished off flush by troweling. Pipe shall be inspected visually by work persons within the pipe, to assure internal mortar quality. 3. Each pipe joint shall be bonded to provide electrical confinuity along the enfire pipeline. The bond shail be made by the proper welding of pipe joints together as indicated on the Plans. 4. The outside joint recess shall be grouted with cement mortar after a diaper has first been placed around the joint and tightened securely to prevent leakage while the mortar is being poured. The diaper shall be made of moisture resisfing paper or heavy duty sail cloth of sufficiently close weave to prevent cement loss from the mortar. The diapers shall be hemmed on each edge and shall contain a metal strap within each hem sufficiently longer than the circumference of the pipe to allow a secure attachment of the diaper to the pipe. The diaper width will depend upon pipe size and design and shall be the width recommended by the manufacturer. Following installation of the diapers, the joints shall be poured and rodded from one side only until the mortar comes up to the top of the diaper on the opposite side. Approximately one hour subsequent to the pouring of the joint, the joint shall be rechecked and, if any settiement, leakage or shrinkage has taken place, the joint shall be refilled with mortar. 5. Outside joints may be grouted before or after the placement of bedding and backfill materials if those materials are to be mechanically compacted, if bedding and backfill materials are to be hydraulically densified, grout shall be poured and allowed to set before applying water. In any case, joints shall be grouted before backfill is placed over the top of the pipe. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-11 E. Butt-Strap Closure Joints 1. Butt-Strap Closure Joints: Butt-strap closure joints shall be completed in the trench after the pipe has been laid to the alignment and grade shown on the Plans. They should be field welded by full-circumferential fillet welds or one of the edges may be shop welded and the other field welded. Welding shall be done in the same manner as specified for welded joints. 2. The interior of the joints shall be filled with stiff plastic mortar and finished off smoothly with the inside of the pipe. Clean the inside steel surfaces by wire brushing or power brushing. Wire mesh, 2" x 4" x No. 13 gauge, clean, and free from rust, shall be applied to the interior of the joints so that the wires on the 2-inch spacing run circumferentially around the pipe. The wires on the 4-inch spacing shall be crimped in such a manner that the mesh will be held 3/8-inch from the metal joint surface. The mesh shall be lapped a minimum of 8-inches and shall be securely wired in posifion. Pack the cement mortar into the recess of the joint and steel trowel finish to match the adjoining pipes. 3. The joint exterior shall be coated with mortar to a minimum thickness of V/^-inches. Immediately prior to applying mortar to the interior or exterior of the joints, a cement wash shail be applied to the metal to be coated. F. Field Welded Joints 1. Welded joints shail be completed after the pipe is in finai position. Welded joints shall be a lap-welded slip joint as shown on the Plans. The minimum overiap of the assembled bell and spigot section of lap joint shail be shown on the plans. Any recess between the bell and spigot shall be caulked with a rod to facilitate the welding. Pipe of 30-inches in diameter or more may be welded from the inside. Joints shall be welded on the inside and outside where indicated on the Plans as "Double Welded Joints." Field Welding shall be in accordance with AWWA C206 and AWS D1.1, except as modified herein. Welders assigned to the Work shail be qualified under the AWS standard qualificafion procedure, within the past three (3) years. 2. Joints to be welded shall be cleaned, preferably prior to placing the pipe in the trench, of all loose scaie, heavy rust, paint, cement, and grease. At least a 1/2-inch recess shall be provided between adjacent mortar-covered surfaces to place the weld. In all hand welding, the metal shail be deposited in successive layers and the minimum number of passes shall be 2. Preheat the joints to be welded where required in accordance with Table 1 of AWWAC206. 3. All joints shall be visually inspected and shall undergo dye testing and hydrostatic tesfing, in accordance with AWWA C-206 and ASTM E165. 4. After the joints have been welded, the interior joint shall be grouted with cement mortar in accordance with sub-parts 3.9 and 3.10 of this Secfion. 5. Welded joints shall be completed in the trench per AWWA C206. 6. Both the bell and spigot ends shall be cleaned of foreign matter prior to welding. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-12 7. Welding electrodes shall be as recommended by the pipe manufacturer. Typically, electrodes shall be E6010 for root passes and for additional passes. Do not deposit more than 1/8" of throat thickness per pass. 8. Weld material shall be deposited in successive layers. Complete and clean each pass around the entire circumference of the pipe before commencing the next pass. 9. The minimum number of passes in the completed weld shall be as follows: Steel Cylinder Thickness Field Weld Minimum mm (inches) Number of Passes 6.35 or less (0.2500 or %") 2 Greater than 6.35 (0.2500 or y/) 3 10. To minimize longitudinal stresses due to temperature variafions, it is necessary to leave unwelded one joint per each 400' of pipeline. This joint shall be left unwelded unfil all the joints on both sides of it are welded, and it shall be welded at the coolest time of the working day. The Engineer shall decide if and when this procedure is warranted. 11. Tack-welding the joint may be permitted to hold the pipe in place. If the joint is to be circumferenfially welded, sufficient time shall elapse to aliow for an inifial set of interior joint lining prior to proceeding with joint welding. Rapid-setfing mortar may be used in accordance with this Secfion. In some cases, the Engineer may require hand holes. 12. Field welders shall be certified in accordance with ASME Secfion 9 (pipe welders) or AWS D1.1 (plate welders). Welders shall present a copy of their certification to the Engineer prior to performing any field welding. 13. Prior to butt-strap welding, the pipe and pipe joint shail be properiy posifioned in the trench using line-up clamps so that, in the finished joint, the abutting pipe secfions shall not be misaligned by more than 1/16". 14. The pipe ends shall be cut straight on joints where butt straps are used for realignment, adjustment, or deflecfion, and fillet welds shall be made as indicated. 15. Inspection of Field Welded Joints: a. The City shall arrange for the welds to be inspected, inspection of welds shall take place as soon as possible following the complefion of the welds. b. The Contractor shall coordinate and supply venfilation, lighting, and other equipment deemed necessary for inspection. The Contractor shail be responsible for providing safe entry into and out of the trench, safety of inspection personnel, traffic control and other safety precautions deemed necessary for the inspections. G. Preventing Foreign Matter from Entering the Pipe At all fimes when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has inflltrated into the trench. The Contractor shall maintain NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-13 the inside of the pipe free from foreign materials and in a clean and sanitary condifion until its acceptance by the Owner's Representative. H. Handling of Pipe Refer to Section 09870 regarding handling of the concrete mortar lined and tape wrapped and mortar coated steel pipe. I. Interior Joint Finish - Pipe less than 24" Complete interior mortar joints for pipe sizes less than 24" by drawing through a tight-fitting swab or squeegee. Coat the face of the cement mortar lining at the bell with a sufficient amount of stiff cement mortar to fill the gap. Immediately after joining the pipes, draw the swab through the pipe to remove all excess mortar and expel it from the open pipe end. Do not move the pipe after the swab has been pulled past the joint. See requirements under "Field Welded Joints" for these joints requiring welding. J- Interior Joint Finish - Pipe 24" and Larger 1. Complete interior mortar joints for pipe sizes 24" and larger by the trowel method. Prior to applying interior mortar at the joints all backfill in the area shall be completed. After cleaning the interior joint, pack cement mortar into each joint. Finish the surface with a steel trowel to a smooth finish and equal thickness to match the adjoining pipe mortar. 2. Where more than a 4" joint strip of mortar is required, place galvanized welded wire mesh reinforcement in 2" x 4" pattern of No. 13 gauge over the exposed steel, install the mesh so that the wires on the 2" spacing direction run circumferentially around the pipe. Crimp the wires on the 4" spacing to support the mesh 3/8" from the metal surface. Steel-trowel finish the interior mortar to match adjoining mortar-iined pipe sections. K. Exterior Joint Finish 1. The outside annular space between pipe secfions shall be completely filled with grout formed by the use of polyethylene foam-lined fabric bands. The grout space shall be flushed with water prior to filling so that the surfaces of the joint to be in contact with the grout will be thoroughly moistened when the grout is poured. The joint shall be filled with grout by pouring from one side only. Grout shall be rodded with a wire or other flexible rod or vibrated so that the grout completely flils the joint recess by moving down one side of the pipe, around the bottom of the pipe and up the opposite side. Pouring and rodding the grout shall be confinued to allow complefion of tiie filling of the enfire joint recess in one operation. Care shall be taken to leave no unfilled space. Grouting of the outside joint spaces shall be kept as dose behind the laying of the pipe as possible except that in no case shall groufing be closer than three joints of the pipe being laid. 2. The grout bands or heavy-duty diapers shall be polyethylene foam-lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist nodding of the mortar, and allow excess water to escape. The foam plastic shall be 100 percent closed cell, chemically inert, insoluble in water and resistant to acids, alkalis and solvents. Foam Plastic shall be Dow Chemical Company, Ethafoam 222, or equal. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-14 3. The fabric backing shall be cut and sewn into 9" wide strips with slots for the steel strapping on the outer edges. The polyethylene foam shall be cut into strips 6" wide and slit to a thickness of 1/4" that will expose a hollow or open-cell surface on one side. The foam liner shall be attached to the fabric backing with the open or hollow cells facing towards the pipe. The foam strip shall cover the full interior circumference of the grout band with sufficient length to permit a 8" overiap of the foam at or near the top of the pipe joint. Splices to provide continuity of the material will be permitted. The polyethylene foam material shall be protected from direct sunlight. 4. The polyethylene foam-lined grout band shall be centered over the joint space with approximately equal widths extending over each pipe end and securely attached to the pipe with the steel straps. After filling the exterior joint space with grout, the flaps shall be closed and overiapped in a manner that fully encloses the grout with polyethylene foam. 5. Following groufing, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Secfion 15000. L. Butt Strap Joints 1. Butt strap closure joints shall be installed where shown on the Approved Plans in accordance with AWWA C206. 2. Butt straps shall be field welded to the outside plain end of the pipe along both edges with a full circumferenfial weld. A minimum of two weld passes shall be used. 3. The interior of the joints shall be filled with a rapid-set mortar and finished off smoothly to match the pipe interior diameter. 4. Clean the butt strap with a wire brush and apply a cement and water wash coat prior to applying cement mortar. 5. Galvanized wire mesh, 2" x 4" x No. 13 gauge shall be installed to the exterior of the joint prior to applying the mortar coafing. 6. Coat the exterior of the closure assemblies with mortar to cover all steel with a minimum of 1-1/4". 7. Seal weld the steep plug to the hand hole after the interior of the joint has been inspected and approved by the Engineer. 8. Following grouting, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Secfion 15000. M. Flanged Connecfions 1. Flanged connections shall be installed where indicated on the Approved Plans. 2. Bolt holes shall straddle the horizontal and vertical centeriines. 3. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-15 4. Bolts and nuts shall be lubricated with a City-approved anfi-seize compound. 5. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. 6. Slip-on type flanges intended for fleld fit-up and welding shall be welded inside and outside in accordance with AWWA 0207. 7. Coat the exterior of exposed flanges, bolts and nuts in accordance with Section 09900. N. Flanged Coupling Adapters Flanged coupling adapters shall be installed in accordance with the manufacturer's recommendations. Bolts shall be tightened with a torque wrench in the presence of the Engineer to the torque recommended by the manufacturer. O. Joint Bonding/Cathodic Protection Insulation Bonding of joints to provide confinuity, flange insuiafion kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings. P. Wax Tape Wax tape shall be installed on all buried bolted connecfions, valves, fittings and couplings in accordance with Section 09902 and the Standard Drawings, unless the pipeline is otherwise protected with an approved cathodic protection system. Q. Concrete Where required, concrete thrust and anchor blocks shail be installed in accordance with Section 201 and 303 of the General Provisions and as shown on the Contract Drawings and Standard Drawings. Prior to filling the pipeline with water, refer to Section 303 of the General Provisions for the minimum concrete curing fime required. R. Warning/identiflcation Tape Warning/ldentificafion Tape shall be installed in accordance with Secfion 15000 and the Contract Drawings. S. Disinfection and Bacteriological Testing Disinfection, bacteriological testing, and flushing shail be performed in accordance with Secfion 15041. T. Hydrostatic Testing Field hydrostatic tesfing shall be performed in accordance with Section 15044. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-16 U. Field Painfing and Coating 1. Exterior surfaces of all pipe and appurtenances not othenA/ise mortar-coated shall be field painted in accordance with Section 09900. 2. Areas in contact with potable water such plain ends of pipe, grooved and shouldered ends of pipe and exposed inside surfaces of threaded outiets and blind flanges shall be coated in accordance with Section 15000. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CEMENT-MORTAR LINED & COATED STEEL PIPE PARK DRIVE IMPROVEMENTS SECTION 15061-17 SECTION 15064 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) PART 1 GENERAL A. Description This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe, to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. Speciflcations for related Work are as follows: AWWAC900 PVC Pressure Pipe ANSI A21.10 Ductile iron and Gray-Iron Fittings AWWAC110 Ductile iron and Gray-Iron Fittings AWWAC153 Ductile Iron Compact Fittings AWWAManuai M23 Pipe Design and installation B. Related Work Described Elsewhere The Contractor shall refer to the foiiowing Technical Specification section(s) for additional requirements: • Disinfecfion of Piping: 15041 • Hydrostatic Testing of Pressure Pipeline: 15044 C. Submittals 1. The Contractor shall furnish submittals in accordance with Secfion 2-5.3 of the General Provisions. Submittals are required for the following: 2. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts and other information. Materials shall be selected from the Approved Materials list. 3. Submit an affidavit from the pipe manufacturer that all delivered materials comply with the requirements of AWWA C900, the Plans and Specifications. D. Payment 1. Payment for the Work in this secfion shall be included as part of the lump-sum or unit- price bid amount for which such Work is appurtenant thereto. 2. Payment by the linear foot shail be for each diameter and for each pipe strength designafion measured horizontally over the pipe centeriine. NOVEMBER 2012 CONTRACT 5030, 6608. & 6013 PVC PRESSURE PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15064-1 PART 2 MATERIALS A. General Material used to produce the pipe shall be made from Class 12454-A or B rigid polyvinyl chloride compounds in accordance with AWWA C900 Secfion 2.1 (Basic Materials), with an established hydrostatic design basis (HDB) equal to or greater than 4000 psi for water at 73.4 degrees F (23 C). Elastomeric gaskets shail comply with the requirements of AWWA 0900 Secfions 2.1.5 and 2.1.5.1 (Gaskets and Lubricants). B. Pipe PVC pressure pipe, 4-inch through 12-inch, shall be manufactured in accordance with AWWA 0900, and shall be of the sizes and dimension rafio (DR) shown on the Plans. The pipe shall have integral bell and spigot joints with elastomeric gaskets in accordance with AWWAC900 Secfion 2.2 (Pipe Requirements). The pipe shail conform with the outside diameter of cast-iron pipe unless otherwise specified and shall conform with the wail thickness of DR series 14 or 18. C. Fittings All fitfings for PVC pressure pipe shall be manufactured in accordance with ANSI A21.10, AWWA 0110 or 0153. All fittings shall be made of ducfile iron and the letters "Di" or "DUCTILE" shall be cast on them, unless otherwise specified. Bell size shall be for Class 150 and Class 200 cast-iron equivalent PVC pressure pipe, including the rubber-ring retaining groove. D. Services Saddles 1. Service saddles for PVC pressure pipe shall be made of silicone bronze or brass and shall be double banded or wide single band style and selected from the Approved Materials list. The band(s) and nuts shall be type 304 stainless steel and designed specifically for use with AWWA C900 PVC pipe. Each saddle shall accurately fit the contour of the pipe O.D. without causing distortion of the pipe. The saddle shall be securely held in place with stainless steel bolts and nuts. The service saddle shall have a published working pressure at least equal to the pressure class of the pipe on which it is installed. 2. All saddles shail be provided with torque information and installafion instructions. Saddles shall be in accordance with Carisbad Rules and Regulations for the Construction of Potable Water Mains. E. Joint Restraint Svstems 1. Joint Restraint Systems may be used for PVC or ductile-iron pipe when shown on the Approved Plans or with prior approval of the Engineer. Contractor shall submit shop drawings and catalog data for joint restraint systems in accordance with the General Provisions. 2. Joint Restraint Systems shall be ducfile-iron and shall consist of a split-ring restraint with machined (not cast) serrations on the inside diameter and connecting bolts, and shail be selected from the Approved Materials List. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PVC PRESSURE PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15064-2 F. Deflection Couplings 1. Deflection couplings shall be selected from the District's approved materials list and deflections shall not exceed 80% of the manufacturer's written recommendations. Depending on the manufacturer, this will result in a maximum allowable deflection of 2° at each bell for a maximum of 4° total deflection with each deflection coupling. Deflection couplings are aliowed on AWWA C900 PVC pipe for pipe sizes 4" through 12". 2. Deflection couplings for use with AWWA 0905 PVC Pipe shail be submitted to and approved by the Engineer prior to installation. PART 3 EXECUTION < A. Pipe Lengths 1. Laying lengths shail be 20-feet with the manufacturer's option to supply up to 15% random (minimum length 10-feet) sections. 2. No deflections at bells, fittings or of the pipe wili be allowed. The use of deflection collars shall be required. B. Marking 1. Each pipe length shall be marked showing the nominal pipe size, O.D. base, the AWWA pressure class, and AWWA specification designation in accordance with AWWA C900 Secfion 2.6 (Marking Requirements). 2. For potable water applicafion, the pipe shall be white or blue in color and the seal of the testing agency that verified the suitability of the material for such service shall be included. C. Earthwork Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 306 of the General Provisions. D. General installations Procedures and Workmanship 1. PVC pressure pipe and fitfings shall be installed per AWWA Manual M23 "PVC Pipe-Design and installafion", and as herein specified. 2. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. Hoist pipe with fork lift or other handling equipment to prevent major damage or shorten its service life. A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pipe shall be lowered and not dropped from the truck. Dropped pipe will be rejected. 3. Prior to laying the pipe, the bottom of the trench shail be graded and prepared to provide uniform bearing throughout the entire length of each joint of pipe. Beii holes of ample dimension shail be dug in the bottom of the trench at the locations of each joint to NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PVC PRESSURE PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15064-3 facilitate the joining. The trench shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid. 4. The pipe shall be accurately placed in the trench to the lines and grades on the Plans. Fittings shall be supported independently of the pipe. E. Longitudinal Bending Neither Longitudinal bending nor deflection of joints is allowed on AWWA C900 PVC pressure pipe. Deflections less than allowed with standard ductile iron fittings shall be accomplished with the use of deflecfion couplings designed for use with AWWA C900 PVC pipe. Deflection couplings shall be selected from the District's approved materials list and deflections shall not exceed 80% of the manufacturer's written recommendations. Depending on the manufacturer, this will generally result in a maximum allowable deflecfion of 2° at each bell for a maximum of 4° total deflection with each deflection coupling. Deflection couplings are allowed on AWWA C900 PVC pipe for pipe sizes 4" through 12". Deflecfion couplings for larger pipe require the specific approval of the Engineer. F. Pipe Joint Assembly 1. The spigot and bell shall slide together without displacement of the rubber gasket. The joint shall be dirt free. The best laying practice is with the bell facing in the direction of laying. 2. insert the rubber ring into the groove making sure the ring is completely seated. Lubrication of the spigot and instruction of use shall be supplied by the pipe manufacturer. 3. The spigot shall be inserted into the bell and forced slowly into position by use of a large bar lever and a wood block across the pipe end. For large pipe, a come-aiong (with padding that wili not scratch the pipe) may be used. G. Concrete Thrust Blocks Concrete thrust blocks shall be placed as shown on the Plans and shall conform to the requirement of Section 201 and 303 of the General Provisions. Concrete blocks shall be placed between the undisturbed ground and the fittings to be anchored. Quantity of concrete and the bearing area of the pipe and undisturbed soil shall be as shown on the Plans, unless otherwise determined by the Engineer. The concrete shall be placed, unless specifically shown otherwise on the Plans, so that the pipe joints and fittings will be accessible to repairs. H. Joint Restraint Systems Joint Restraint Systems shall be installed as shown on the Approved Drawings and in accordance with the manufacturer's recommendations. Joint Restraint Systems may be used in lieu of concrete thrust blocks with permission of the Engineer. I. Preventing Foreign Matter from Entering the Pipe At ali times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions NOVEMBER 2012 CONTRACT 5030. 6608, & 6013 PVC PRESSURE PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15064-4 shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Engineer. J. Leakage Test General: All pipelines shall be tested in accordance with Section 15044, Hydrostatic Testing of Pressure Pipe. K. Disinfection Disinfecfion shall be in accordance with Secfion 15041, Tesfing, Flushing and Disinfection of Piping. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PVC PRESSURE PIPE AND FITTINGS PARK DRIVE IMPROVEMENTS SECTION 15064-5 SECTION 15074 BLOW-OFF ASSEMBLIES PART 1 GENERAL A. Description This secfion includes materials, tesfing, and installafion of blow-off assemblies. B. Related Work Specified Elsewhere • CMWD Standard Drawings • Technical Specificafions 09900, 15000, 15041, 15044, 15056, 15057, 15061, 15064, and 15100 C. Service Applicafion 1. Blow-off assemblies shall be installed on potable and recycled water mains. 2. Blow-off assemblies shall be sized and located as shown on the Approved Plans. In general, blow-off assemblies will be installed at low points of pipelines as shown below: • 2" blow-off assemblies or multiple 2" blow-off assemblies will be required on pipelines 4", thru 12". • 4" blow-ofl' assemblies will be required on pipeline sizes 12" thru 16". • 6" blow-off assembly will be required on pipeline sizes 18" and larger. D. Warning/identification Tape Warning/Identification Tape shall be installed for blow-ofl' assemblies in accordance with Secfion 15000. PART 2 MATERIALS A. General Blow-ofl' assemblies and appurtenant components and materials shall be selected from the Approved Materials List. B. Concrete Concrete thrust or anchor blocks shall be placed as shown on the approved plans in accordance with the Standard Drawings and Secfion 201 and 303 ofthe General Provisions. C. Warning/identification Tape Warning/identificafion tape materials shall be in accordance with Section 15000 and the Approved Materials List. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 BLOW-OFF ASSEMBLIES PARK DRIVE IMPROVEMENTS SECTION 15074-1 D. FIELD PAINTING AND COATING Field painting and coating materials shall be in accordance with Secfion 09900 and the Approved Materials List. PART 3 EXECUTION A. installation 1. Blow-off assemblies shall be installed at locations shown on the Approved Plans or as directed by the District Engineer in accordance with the Standard Drawings. 2. Blow-off assemblies shall be connected to water mains no closer than 24" to a bell, coupling, joint or fitfing. 3. Locations of blow-off assembly shall be in accordance with the Standard Drawings. B. Concrete Concrete thrust or anchor blocks shall be placed as shown on the Approved Plans in accordance with the Standard Drawings and Section 201 and 303 ofthe General Provisions. 0. Warning/identification Tape Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. D. Disinfection of Biow-Off Assemblies Blow-off assemblies shall be disinfected in accordance with Section 15041 in conjunction with disinfecting the main to which it is connected. Blow-off assembly valves shail be operated and the assembly shall be flushed to completely disinfect ali internal parts. E. Hydrostatic Testing Blow-off assemblies shail be hydrostatically tested in accordance with Section 15044 in conjunction with hydrostatically testing the pipeline to which it is connected. END OF SECTION NOVEMBER 2012 CONTRACT 5030,6608, & 6013 BLOW-OFF ASSEMBLIES PARK DRIVE IMPROVEMENTS SECTION 15074-2 SECTION 15092 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES PART 1 GENERAL A. Description All valves, couplings, and appurtenances shall conform to requirements of the standard dimensions and pressure dassificafion of the immediately adjacent pipe, valve or appurtenance as specified. B. Related Work Described Elsewhere The Contractor shall refer to the following Technical Specification section(s) for additional requirements: • Painfing and Coafing: 09900 • Petrolatum Wax Tape Coafing: 09902 C. Submittals 1. Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3 of the General Provisions. The following submittals are required: 2. Submit Shop Drawings for all miscellaneous couplings, pipe and appurtenances. Shop Drawings shall include listing of materials of construction, with ASTM reference and grade, including lining and paint coafing intended for use, with lining and coafing manufacturers' and paint numbers listed. D. Payment Payment for the Work in this secfion shall be induded as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. PART 2 - MATERIALS A. Gaskets. Nuts, and Bolts 1. Gaskets for flanged joints shail be "drop-in" type asbestos composition sheet packing, graphited on both sides, "drop-in" type, conforming to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co., Gariock or approved equal. 2. Bolts and studs for aboveground installations shall be cadmium plated and shall conform to ASTM A307, Grade B, "Steel Machine Bolts and Nuts and Tap Holes," when a ring gasket is used and shall conform to either ASTM A261, "Heat-Treated Carbon Steel Bolting Material" or ASTM A193, "Ailoy-Steel Boifing Material for High Temperature Service," when a full-face gasket is used. Bolts and nuts shail be heavy hexagon series. Nuts shall conform to ASTM Al 94, "Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service" either in Grade 1, 2 or 2H. The fit shall be ANSI B1.1, "Unified Screw Threads," Class 2, except that Class 3 fit shail be used in NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 MISC. COUPLINGS, PIPE & APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 01101-1 holes tapped for studs. Threads may be made by either cutting or cold forming. Between 1/4-inch and 3/8-inch shall project through the nut when drawn tight. Washers shall be provided for each nut and shall be the same material as each nut. All buried flanges, including bolts, nuts and washers, shall be encased in wax tape per Secfion 09902. 3. Ali bolt threads shall be lubricated with non-oxide grease. Flanged faces shail be wire brushed and cleaned prior to joining each flange. B. Wax Tape Coating Unless OthenA/ise specified on the Plans, ali couplings and appurtenances for underground installation shall be encased in wax tape per Section 09902 and the CMWD Standard Drawings. C. Painfing and Coating All miscellaneous couplings, pipe and appurtenances referenced in this section shail be painted and coated, interior and exterior, in accordance with Section 09900, Painting and Coating. D. Flexible Couplings Joints for which flexible couplings are required, shail be selected from the Approved Materials list. Gaskets shail be plain rubber gaskets. Threads on bolts of compression collars shall be lubricated with non-oxide grease before assembling the coupling. E. Pipe Unions Screw unions may be employed on pipelines 2-1/2-inches in diameter and smaller. Pipes and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon insulating pipe bushings, unions or couplings manufactured by Smith-Blair, Pipe Seal and insulator Co. or approved equal. F. PART 3 EXECUTION (Not Applicable) END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 MISC. COUPLINGS, PIPE & APPURTENANCES PARK DRIVE IMPROVEMENTS SECTION 01101-2 SECTION 15099 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES PART 1 GENERAL A. Description This section indudes materials, testing and installation of manually operated process valves such as check valves, pressure control valves, pressure redudng valves and ball valves. B. Reference Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. • American Water Works Association • AWWA C508 Standards for Swing Check Valve • ASTM B62 Standards for Ball Vales C. Related Work Specified Elsewhere • CMWD Standard Drawings • Technical Specification Secfions 09900, 15000, 15041, 15044, 15057, 15074, 15108, and 15112 D. Service Applicafions Check valves, pressure control valves, pressure redudng valves, bronze gate valves and ball valves are primarily used in the installation of potable and recyded water main appurtenances and where called for on the Approved Plans and indicated on the Standard Drawings. E. Submittals 1. The foiiowing items shall be submitted to the District for review and approval prior to ordering or delivery of valves per Secfion 2-5.3 ofthe General Provisions. 2. The valve manufacturers catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. 3. Manufacturers catalog data and proof of NSF certification on the lining materials to be used. 4. Installation procedures induding field adjustments as required. F. Sizing of Valves Valves shail be the same size as the appurtenance in which they are to be installed with unless otherwise called for on the Approved Plans or indicated on the Standard Drawings. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PROCESS, REGULATORS & MISC VALVES PARK DRIVE IMPROVEMENTS SECTION 15099-1 G. Valve Ends Valve ends shall be compatible with the piping system or appurtenance in which they are to be installed or as called for on the Approved Plans or indicated on the Standard Drawings. H. Deliverv. Storage and Handling Valves shall be delivered and stored in accordance with the manufacturer's recommendations. Valves shall remain in factory packaging until ready for installation. Valves shall not be stored in contact with bare ground. I. Polyethylene Wrap Polyethylene wrap shail be used for the buried installation of valves in accordance with Section 15000. J. Gate Wells and Extension Stems Valve boxes and extension stems shall be installed in accordance with Section 15000 and the Standard Drawings. PART 2 MATERIALS A. Rubber-Flapper Swing Check Valve 1. Swing check valves and appurtenant components shall be in accordance with AWWA C508 and selected from the Approved Materials List. A submittal wili be required as described in this Secfion. 2. Rubber-flapper swing check valves shall have a heavily constructed ductile-iron body and cover. The body shall be long pattern design (not wafer), with integrally cast-on end flanges. The flapper shall be Buna-N having an "O" ring seating edge and be internally reinforced with steel. 3. Flapper shall be captured between the body and the body cover in a manner to permit the flapper to flex from closed to full open position during flow through the valve. Flapper shall be easily removed without need to remove valve from line. Check valves shall have full pipe size flow area. Seating surface shall be on a 45° angle requiring the flapper to travel only 35° from closed to full open position, for minimum head loss and non-slam closure. 4. Buna-N flapper shall be high-strength coated fabric, coated both sides with 70 DURO, which creates an elastic spring effect, molded internally, to assist the flapper to close against a slight head to prevent slamming. When essential to create backflow through the check valve, as directed by the Engineer, an external backflow device shall be furnished. 5. Valve ends shall be flanged ductile-iron in accordance with Section 15056 unless otherwise called for on the Approved Plans or directed by the Engineer. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PROCESS, REGULATORS & MISC VALVES PARK DRIVE IMPROVEMENTS SECTION 15099-2 6. Check valves shall be tested by the manufacturer and the test results shail be approved by the Engineer prior to shipment to the project. Check valves must unseat at a head no greater than 24". B. Small Diameter isolating Valves Provide all small diameter valves and cocks for shut-off process connecfions, instrumentation and other miscellaneous uses in accordance with the Approved Plans. These valves shall be of the same material and pressure rating as the adjacent process piping. Shutoff valves shail be compatible with instrumentation and other equipment in accordance with the manufacturer's recommendafions. C. Corporation Stops Corporation stops shall be in the ball type with a bronze body and T-Head operator. Valve ends shall be compafible with the piping system in which they are being installed or as called for on the Approved Plans or indicated on the Standard Drawings. Corporation stops shall be rated for a minimum pressure of 1,379 KPa (200 psi). Corporafion stops shall be selected from the Approved Materials List. D. Angle Meter Stops Angle meter stops shail be the bail type with a bronze body and 90° lock wing. Valve ends shall be flare style inlet and swivel meter nut for 1" and meter flange for 2" outlets. Angle meter stops shall be rated for a minimum pressure of 1,379 KPa (200 psi). Angle meter stops shall be selected from the Approved Materials List. E. Customer Meter Shut-Off Valve Customer meter shut-off valves shall be the bail type with a bronze body and lever handle operator. Valve ends shall be swivel meter nut for 1" inlets and meter flange for 2" inlets. Customer meter shut-off valves shall be rated for a minimum pressure of 200 psi. The District may require the use of a customer meter shut-ofi'valve equipped with a 90° lock wing. F. Ball Valves Ball valves 2" and smaller shall be of bronze construction conforming to ASTM B62 and equipped with a T-Head or lever handle operator as required. Valve ends shall be compatible with the piping system in which they are being installed or as indicated on the Approved Plans or Standard Drawings. Bail valves shall be rated for a minimum pressure of 1,379 KPa (200 psi). Ball valves shall be selected from the Approved Materials List. G. Backflow Preventers Backflow preventers shall be in accordance with Secfion 15112 and selected from the Approved Materials List. H. Polvthvlene Wrap Polyethylene wrap shall be in accordance with Section 15000 and selected from the Approved Materials List. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PROCESS, REGULATORS & MISC VALVES PARK DRIVE IMPROVEMENTS SECTION 15099-3 i. Gate Wells and Extension Stems Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION A. Installafion 1. Valves shall be set in true alignment straddling the centeriine of pipe with the valve operator in the vertical position unless otherwise noted on the Approved Plans or shown on the Standard Drawings. 2. Valves shall be installed in accordance with the manufacturer's recommendations and the applicable section of these specifications for the piping material and joint type being used. 3. Aboveground valves shall be rigidly held in place using supports and hangers in accordance with the Approved Plans and Standard Drawings. The stem orientation of valves in elevated piping shall be as approved by the Engineer for accessibility, except that no valves shall be installed with stems aligned below horizontal. Saddle type valve supports shall be provided. Supports shall be of rugged construction providing at least one hundred twenty degrees (120°) under support for the valve body. Valve supports shall be constructed of steel, and shall be anchored to the foundations using stainless steel anchor bolts. B. Polyethylene Wrap installation of polyethylene wrap for buried valves shall be in accordance with Secfion 15000. C. Gate Wells and Extension Stems Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and the Standard Drawings. D. Disinfection of the Valves Disinfecfion and flushing shall be in accordance with Secfion 15041, as part ofthe progress of disinfecfing the main pipeline. The valves shall be operated during the disinfecfion period to completely disinfect ail internal parts. E. Hydrostafic Testing Valves shall be hydrostafically tested in conjunction with the pipelines in which they are installed in accordance with Section 15044. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 PROCESS, REGULATORS & MISC VALVES PARK DRIVE IMPROVEMENTS SECTION 15099-4 SECTION 15100 RESILIENT WEDGE GATE VALVES (RWGVs) PART 1 GENERAL A. Description This section indudes materials, testing, and installation of manually operated resilient wedge gate valves (RWGV's). B. Reference Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless othenA/ise called for. C. Related Work Specified Elsewhere • CMWD Standard Drawings • Technical Specificafions 15000, 15041, 15044, 15056, 15057, 15061, 15064, 15074, 15108 and 15112 D. Service Applicafion 1. Resilient wedge gate valves (RWGV's) shall be installed on potable and recyded water mains and appurtenances in accordance with the Approved Plans and the Standard Drawings. 2. Resilient wedge gate valves shall be used for open/closed operations, throttling service and frequent operation after long periods of no actuation. 3. In general, resilient wedge gate valves shall be used when valves are required on pipelines and appurtenances 4" through 16". 4. Valves for pipelines sized 18" and larger generally require the use of butterfly valves (BFV) in accordance with Secfion 15102. 5. All valves shall be of at least the same pressure dass as the adjoined pipe. E. Submittals 1. The following items shall be submitted for review and approval per Section 2-5.3 of the General Provisions, prior to ordering or delivery of resilient wedge gate valves. 2. An aff'idavit from the valve manufacturer stating that valves have successfully passed hydrostatic tests in accordance with AWWA 0509 and manufacturer's own coatings tests. 3. The valve manufacturer's catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 RESILIENT WEDGE GATE VALVES PARK DRIVE IMPROVEMENTS SECTION 15100-1 4. Manufacturer's catalog data and proof of NSF certification for the lining materials to be used. F. Sizing of Valves Valves shall be the same size as the line in which they are installed unless othenA/ise noted on the Approved Plans. G. Valve Ends 1. Valve ends shail be compafible with the piping system in which they are being installed in accordance with the Approved Plans or ciirected by the Engineer. 2. Ducfile-iron flanges shall be in accordance with Secfion 15056. H. Valve Testing Resilient wedge gate valves shall be hydrostatically tested and valve coatings shall be holiday detected prior to shipment to the field in accordance with the testing procedures shown in Appendix A. Valves delivered to the site prior to successful hydrostafic testing and holiday detection shail be subject to rejection. I. Delivery. Storage and Handling Valves shall be delivered and stored in accordance with AWWA C550. The port openings shail be covered with plasfic, cardboard or wood while in transit and during storage in the field. These covers shail remain in piace until valves are ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. J. Corrosion Protection Buried Valves: All bolted connections and bolted valve components (bonnets, flanges, etc.) shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. PART 2 MATERIALS A. Resilient Wedge Gate Valves (RWGV's) 1. Resilient wedge gate valves and appurtenant components and materials shall be selected from the Approved Materials List. 2. RWGV's shail be ductile-iron in accordance with AWWA C509 and 0515 except as modified herein. 3. Each valve shall have a smooth unobstructed watenA/ay free from any sediment pockets. 4. All RWGV's shall be leak-tight at their rated pressure. 5. RWGV's shall have a non-rising low-zinc bronze or stainless steel stem, opened by turning left (counterclockwise). NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 RESILIENT WEDGE GATE VALVES PARK DRIVE IMPROVEMENTS SECTION 15100-2 6. Stem seals shall be the 0-ring type incorporating a minimum of two rings as required by AWWA 0509. 7. Low-fricfion torque-reduction thrust washers or bearings shall be provided on the stem collar. 8. Wedge (gate) shall be fully encapsulated with a bonded-in-place Nitrile elastomer covering. Minimum thickness ofthe rubber seafing area shall be 1/4". 9. Valves for buried applications shall be provided with a 2" square operating nut, and valves located above ground or in structures shall be equipped with a hand wheel in accordance with AWWA C509 unless otherwise indicated on the Approved Plans. 10. RWGV interior and exterior surfaces (except for the encapsulated disc) shall be coated as described below. 11. All bolts and nuts used in the construction of RWGV's shall be Type 316 stainless steel. B. EPOXV Lining and Coafing 1. Epoxy linings and coatings for valves shall be provided in accordance with AWWA 0210, 0213, and C550, with the following modificafions: 2. Epoxy lining and coating of valve surfaces shall be performed by the manufacturer in a facility with qualified personnel, where the environment can be controlled. Epoxy lining and coating of valves in the field is prohibited. 3. Repairs made to manufactures applied coafings shail be performed in a fadlity with qualified personnel, where the environment can be controlled. The fadlity shall be approved by the valve manufacturer. 4. Surface preparafion shall be as detailed in SSPC-SP5, White-Metal Blast Cleaning. 5. Liquid epoxy lining and coafing materials shall be listed in the NSF Lisfing for Drinking Water Additives, Standard 61, certified for use in contact with potable water. 6. The minimum dry film thickness for epoxy linings shall be 0.008". Liquid epoxy lining shall be applied in two (2) coats in accordance AWWA 0210. 7. Powder epoxy coating materials shall contain one hundred percent (100%) solids, in accordance with AWWA 0213. C. Gate Wells and Extension Stems Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and selected from the Approved Materials List. D. Concrete Concrete used for anchor or thrust blocks shail be in accordance with the Standard Drawings and Section 201 and 303 ofthe General Provisions. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 RESILIENT WEDGE GATE VALVES PARK DRIVE IMPROVEMENTS SECTION 15100-3 E. Wax Tape Coating Wax Tape shail be in accordance with Section 09902 and selected from the Approved Materials List. F. Polyethylene Encasement Polyethylene encasement shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION A. Installation 1. Install valves with the bolt holes straddling the vertical centeriine of pipe and the operating nut in the vertical position unless othenA/ise noted on the Approved Plans. 2. Valves shall be installed in accordance with the manufacturer's recommendations and the applicable section of these specifications for the piping material and joint type being used. 3. Joints shail be cleaned and installed in accordance with Secfion 15056. B. Corrosion Protection 1. Buried Valves: All bolted connecfions and bolted valve components (bonnets, flanges, etc.) shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. 2. Exposed Valves: The exterior of valves installed above ground or exposed in vaults or enclosures shall be field painted in accordance with Section 09900. C. Concrete Concrete thrust, anchor, and support blocks shall be installed in accordance with the Standard Drawings and Section 201 and 303 of the General Provisions. The concrete shall be placed so that valves and valve operators will be accessible for repairs or replacement. D. Gate Wells and Extension Stems Gate wells and extension stems for buried valves shall be installed in accordance with Section 15000 and the Standard Drawings. E. Disinfection of Valves Disinfecfion and flushing of valves shall be in accordance with Secfion 15041, as part of the process of disinfecting the main pipeline. The valves shail be operated during the disinfection period to completely disinfect all internal parts. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 RESILIENT WEDGE GATE VALVES PARK DRIVE IMPROVEMENTS SECTION 15100-4 F. Hydrostatic Testing Valves shall be hydrostatically tested in conjunction with the pipeline in which they are installed in accordance with Secfion 15044. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 RESILIENT WEDGE GATE VALVES PARK DRIVE IMPROVEMENTS SECTION 15100-5 SECTION 15108 AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLIES PART 1 GENERAL A. Description 1. This section includes the materials and installafion instrucfions for above ground air release valve, air and vacuum valve, and combinafion air valve assemblies. 2. The term "air valve" is used generically in this specification to refer to requirements common to ali of the specified air release valves, air and vacuum valves, and combination air valves. Otherwise, the various types of air valves are addressed by the individual designafions commoniy used in AWWA and industry standards. B. Reference Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. • American Water Works Association (AWWA) • 0512 Standards for Combination Air Valve Assemblies C. Related Work Specified Elsewhere • CMWD Standard Drawings • Technical Specificafions 09900, 15000, 15041, 15044, 15056, 15057, 15061, 15064, 15100, 16640 D. Service Applicafion 1. Combination air valves are generally installed on aii potable and recycled water mains at high points and where shown on the Approved Plans and in accordance with the Standard Drawings. 2. Unless otherwise directed by the Engineer, combination air valves will be required as indicated below: • 2" combinafion air valve assemblies shall be installed on pipeline sizes 6" and 8". • 2" combinafion air valve assemblies shall be installed on pipeline sizes 10" and 12". • Mulfiple 2" and 4" combinafion air valve assemblies shall be installed on pipeline sizes 16" and 20". • 6" combination air valve assemblies shall be installed on pipeline sizes 24" through 36". 3. Air release valves and air and vacuum valves shall be installed in accordance with the Approved Plans or as directed by the Engineer. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 AIR VALVE ASSEMBLIES PARK DRIVE IMPROVEMENTS SECTION 15108-1 E. Delivery. Storage, and Handling Valves shall be delivered and stored in accordance with AWWA C550. The port openings shall be covered with plastic, cardboard, or wood while in transit and during storage in the field. These covers shall remain in piace until the valve is ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. F. Recycled Water Identification Air valve assemblies and enclosures used for recyded water shall be identified with purple- colored coafing, identificafion labels or signs in accordance with Secfion 15000. G. Warning/identification Tape Warning/identification tape shall be installed for air valve assemblies in accordance with Secfion 15000. PART 2 MATERIALS A. Combinafion Air Valves 1. Combinafion air valves and appurtenant components and materials suitable for the system pressure shall be selected from the Approved Materials List. 2. Combinafion air valves shall comply with AWWA 0512 except as modified herein. 3. 2" combination air valves shall be the single-body type incorporafing stainless steel internal components and National Pipe Threaded (NPT) inlet and outiet configurations. 4. 4" and 6" Combinafion Air Valves shall be the single-body type. Valves shail incorporate stainless steel internal components, protective hood and flanged inlet. 5. internal protective epoxy coatings shall be provided in accordance with AWWA C550. a. Liquid epoxy lining and coating materials shail be listed in the NSF Lisfing for Drinking Water Additives, Standard 61, certified for use in contact with potable water. b. The minimum dry film thickness for epoxy linings shall be 0.008". Liquid epoxy lining shall be applied in two (2) coats in accordance with AWWA 0210. B. Enclosures Air Valve Enclosures shall be selected from the Approved Materials List. C. Concrete Concrete used for anchor or thrust blocks and equipment pads shall be in accordance with the Standard Drawings and Section 201 and 303 ofthe General Provisions. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 AIR VALVE ASSEMBLIES PARK DRIVE IMPROVEMENTS SECTION 15108-2 D. Break-Away Bolts Combination air valves, air release valves and air and vacuum valves located above ground sized 4" and larger shall be installed with break-away bolts in accordance with the Standard Drawings and selected from the Approved Materials List. E. Warning/Identification Tape Warning/Identification Tape shall be in accordance with Section 15000 and selected from the Approved Materials List. F. Field Painfing and Coafing Field painting and coating materials shall be in accordance with Section 09900 and selected from the Approved Materials List. PART 3 EXECUTION A. installation 1. Air valve assemblies shall be provided as shown on the Approved Plans. Additional air valve assemblies may be required in areas of potential air entrapment, at the discretion of the Engineer. 2. Air valve assemblies shall be installed relative to street improvements in accordance with the Standard Drawings. 3. Connecfions for the air valve assemblies shall be made within a secfion of the main line no closer than 24" to a bell, coupling, joint or fitting. B. Concrete Concrete thrust or anchor blocks and equipment pads shall be installed in accordance with the Standard Drawings and Secfion 201 and 303 ofthe General Provisions. C. Warning/identification Tape Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. D. Disinfection Air valve assemblies shall be disinfected in accordance with Section 15041 in conjunction with disinfecting the main to which it is connected. The assembly valves shall be operated and the assembly flushed to completely disinfect all internal parts. E. Hydrostatic Testing Air valve assemblies shail be hydrostatically tested in accordance with Section 15044 in conjunction with the pipeline to which they are connected. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 AIR VALVE ASSEMBLIES PARK DRIVE IMPROVEMENTS SECTION 15108-3 F. Field Painfing and Coafings Field repairs to the enclosure shall not be permitted. Enclosures requiring repairs to the coating shall be returned to the supplier or coating vendor for repairs or recoating. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 AIR VALVE ASSEMBLIES PARK DRIVE IMPROVEMENTS SECTION 15108-4 SECTION 15112 BACKFLOW PREVENTERS PART 1 GENERAL A. Description This section includes materials, installation, and tesfing of reduced-pressure backflow prevention devices and check valve and double check valve assemblies. B. Reference Standards 1. The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless othenA/ise called for. 2. State of California Department of Health Services Division of Drinking Water and Environmental Management, Approved Backflow Prevenfion Assemblies for Service isolation. C. Related Work Specified Elsewhere • Agencies of Jurisdiction Rules and regulations regarding "Cross Connection Control and Backflow Prevention" • CMWD Standard Drawings • Technical Specificafions 09900, 15000, 15041, 15044, 15056, 15057. 15061, 15064 and 15100 D. Service Application 1. Reduced-pressure backflow prevention assemblies shall be provided on ali commercial, industrial irrigation and multi-family water services. 2. Reduced-pressure backflow prevention assemblies shall be provided on aii irrigation services by potable and recycled water. 3. Reduced-pressure backflow prevention assemblies shall be provided on potable water services where recycled water, well water or any other water supply is served to the same property. 4. Reduce pressure backflow preventers assemblies shall be provided at ail points of connections to City sources at construction sites. 5. Double check detector assemblies shall be provided on all fire services. 6. The City shall be the final authority as to the location, installation, and type of backflow prevention device required. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 BACKFLOW PREVENTERS PARK DRIVE IMPROVEMENTS SECTION 15112-1 E. General Design Considerafions 1. The Design and construcfion of the backfiow prevenfion assembly shall meet the requirements called for in this specification except that any modifications specifically shown on the Approved Plans shall take precedence over these general standards. 2. The nominal size of the backflow prevention device shall be equal to or greater than the size of the purchased meter. For example, a 1" meter shall have a 1" or larger backflow device. 3. The assembly shall include same size valves located on either side of the backflow prevention assemblies. Four test cocks shall be appropriately located on the assembly for testing and certification. 4. The nominal size of double check detector assemblies shall be as shown on the Approved Plans or as directed by the Fire Department. 5. Enclosures and concrete slabs shall be provided only as shown on the Approved Plans. F. Delivery. Storage and Handling Backflow prevention assemblies shall be delivered and stored in accordance with AWWA 0210, AWWA 0213, and AWWA C550. The port openings shall be covered with plasfic, cardboard, or wood while in transit and during storage in the field. These covers shall remain in place until the backfiow assembly is ready to be installed. Backflow assemblies shail not be stored in contact with bare ground. Backflow assemblies shall not be stacked. G. Recycled Water identiflcation Backflow prevention assemblies and enclosures for recycled water shall be identifled with purple-colored coafing, identificafion labels, or signs in accordance with Section 15000. H. Warning/identification Tape Warning/identification Tape shall be installed for backflow prevention assemblies in accordance with Secfion 15000. PART 2 MATERIALS A. Backflow Prevention Assemblies Backflow prevention assemblies shall be among those listed on the list of "Approved Backflow Prevention Assemblies for Service Isolation" as issued by the State of California Department of Health Services, Division of Drinking Water and Environmental Management. B. Concrete Concrete used for slabs and anchor or thrust blocks shall be in accordance with the Standard Drawings and Section 201 and 303 of the General Provisions. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 BACKFLOW PREVENTERS PARK DRIVE IMPROVEMENTS SECTION 15112-2 C. Warning/identiflcation Tape Warning/identification Tape shall be in accordance with Section 15000 and the Approved Materials List. PART 3 EXECUTION A. Installafion 1. installafion shall comply with the latest edifion of the Uniform Plumbing Code, applicable local agency and City requirements. 2. Backflow prevention assemblies shall be installed in accordance with the Standard Drawings. 3. Water service and fire service shut-off valves will be secured closed during installation until an approved backflow prevention device is installed and tested in compliance with this specification. 4. When stafic pressure exceeds 1.03MPa (150psi), or when recommended by the backflow device manufacturer, a pressure-reducing valve shall be installed as shown on the Standard Drawings. B. Warning/identification Tape Warning/identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. C. Concrete Concrete thrust or anchor blocks and slabs shall be installed in accordance with the Standard Drawings and Section 201 and 303 ofthe General Provisions. D. Enclosures Enclosures shall be installed where shown on the Approved Plans in accordance with the Standard Drawings. E. Disinfecfion Disinfection and flushing shall be performed in accordance with Secfion 15041, as part of the process of disinfecting the main pipeline. The backflow assemblies shall be operated during the disinfection period to completely disinfect all internal parts. F. Hydrostatic Testing Backflow assemblies shall be hydrostatically tested in conjunction with the pipeline to which they are connected in accordance with Section 15044. NOVEMBER 2012 CONTRACT 5030,6608, & 6013 BACKFLOW PREVENTERS PARK DRIVE IMPROVEMENTS SECTION 15112-3 G. Testing 1. The City will inspect and initially test each backflow prevention assembly after inspecfion of its proper installafion is complete. 2. Required maintenance of the backfiow prevenfion device and appurtenances and annual testing of the device shall be the private owner's responsibility. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 BACKFLOW PREVENTERS PARK DRIVE IMPROVEMENTS SECTION 15112-4 SECTION 15139 FIRE HYDRANTS PART 1 GENERAL A. Descripfion This section includes the materials for and installation of fire hydrant assemblies. B. Reference Standards The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. C. Related Work Specified Elsewhere • CMWD Standard Drawings • Technical Specificafions 09900, 15000, 15041, 15044, 15056, 15061, 15064, and 15100 D. System Description 1. Hydrant outlet sizes and configuration shall be as shown on the Approved Plans or as directed by the fire department of jurisdiction. 2. Hydrants shall generally have the foiiowing number and size of outlets as directed by the fire department of jurisdicfion: • Residential: One 2-1/2" outlet and one 4" outlet • Commercial: Two 2-1/2" outlets and one 4" outlet • Industrial: One 2-1/2" outiet and two 4" outlets E. Service Appiication 1. Fire hydrants shail be installed on potable water mains as shown on the approved drawings. 2. Wet-barrel hydrants shall generally be used for pressures up to 1.38 MPa (200 psi). System pressures up to and including 1.03 MPa (150 psi) require standard wet-barrel hydrants, and pressures up to 1.38 MPa (200 psi) require high-pressure wet-barrel hydrants in accordance with the Approved Materials List. F. Deliverv. Storage and Handling Fire hydrants shall be delivered and stored in accordance with AWWA 0210, AWWA 0213, and AWWA C550. The port openings shail be covered with plastic, cardboard or wood while in transit and during storage in the field. These covers shail remain in place until the valve is ready to be installed. Fire hydrants shall not be stored in contact with bare ground. Fire hydrants shall not be stacked. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 FIRE HYDRANTS PARK DRIVE IMPROVEMENTS SECTION 15139-1 G. Warning/Identification Tape Warning/Identification Tape shall be installed for fire hydrant assemblies in accordance with Section 15000. PART 2 MATERIALS A. Hydrants 1. Fire hydrants and appurtenances shall be selected from the Approved Materials List. 2. Wet-barrel fire hydrants shall comply with AWWA C503 and these specifications unless OthenA/ise indicated on the Approved Drawings. 3. All outlets shall be provided with National Standard Fire-Hose Threads. Outlets shall be equipped with plasfic caps. 4. Wet-barrel fire hydrant flanges and appurtenant bury ells and spools shail incorporate a six-hole bolt pattern. B. Bolts And Nuts 1. Hydrant flange bolts and nuts shail be selected from the Approved Materials List. 2. Wet barrel Are hydrants not equipped with break-off check valves shall be installed with break-away flange bolts selected from the Approved Materials List. The hollow shafts of break-away bolts shall be filled with silicone sealant. Bolts and nuts shall be zinc-plated A307 carbon steel in accordance with Section 15000. C. Concrete Concrete used for splash pads, thrust or anchor blocks shail be in accordance with the Standard Drawings and Section 201 and 303 of the General Provisions. D. Warning/identification Tape Warning/identification Tape materials shall be in accordance with Section 15000 and the Approved Materials List. E. Field Painting and Coating Field painting and coating materials shall be in accordance with Section 09900 in accordance with the Approved Materials List. PART 3 EXECUTION A. General 1. Fire hydrant assemblies shall be installed at locations shown on the Approved Plans or as directed by the fire department of jurisdicfion in accordance with the Standard Drawings. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 FiRE HYDRANTS PARK DRIVE IMPROVEMENTS SECTION 15139-2 2. The location and port orientation of the Fire Hydrant shall be in accordance with the Standard Drawings. 3. Fire hydrant flange bolts shall be set with nuts on top. Torque nuts uniformly and progressively in accordance with the manufacturer's recommendations. Fiil the hollow bolt shafts of break-away bolts with silicone sealant. 4. Depending on location, flre hydrant assemblies may require protection posts or concrete retaining walls. When required by the Engineer, or when shown on the Approved Plans, protection posts or retaining walls shall be installed in accordance with the Standard Drawings. B. Concrete Concrete thrust and anchor blocks shall be installed in accordance with the Standard Drawings and Secfion 201 and 303 of the General Provisions. C. Warning/identification Tape Warning/identiflcation Tape shall be installed in accordance with Section 15000 and the Standard Drawings. D. Disinfection of Fire Hydrant The fire hydrant assembly shall be disinfected in accordance with Secfion 15041, as part ofthe process of disinfecting the main pipeline. The assembly valves shall be operated and the assembly flushed to completely disinfect all internal parts. E. Hydrostatic Testing Fire hydrant assemblies shall be hydrostatically tested in accordance with Secfion 15044 in conjunction with the pipeline to whicii it is connected. F. Field Painfing and Coafing The fire hydrant exterior shall be field painted in accordance with Section 09900. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 FIRE HYDRANTS PARK DRIVE IMPROVEMENTS SECTION 15139-3 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES PART 1 GENERAL A. Scope This section inciudes materials, testing, and installation of corrosion protecfion and monitoring systems for metallic pipes including insulafing flange kits, test stafions, copper/copper sulfate reference electrodes, sacriflcial anodes, wiring, and exothermic welds. B. Definifions 1. CONTRACTOR. The qualified construcfion firm selected by the Owner to have prime responsibility for the complefion of work. 2. OWNER. The Owner, as referred to in these specifications, is the City of Carisbad. 3. ENGINEER. The Engineer is the Owner's representative who is assigned to be the direct contact between the Owner and the Contractor. 4. CORROSION ENGINEER. Retained by the Contractor, who is trained and experienced in cathodic protecfion installations and design and who is either a Registered Corrosion Engineer or a NACE Certified Cathodic Protecfion Specialist. C. Specificafions And Standards 1. American Society for Testing and Materials (ASTM): • 094-86 Ready-Mixed Concrete • D-2220 Polyvinyl chloride insuiafion for Wire and Cable • D-1248 Polyethylene Plasfics Molding and Extrusion Materials • B3 Soft or Annealed Copper Wire • B8 Concentric-Lay Stranded Copper Conductors 2. Federal Specifications (FS) • Military Specificafion (Mil. Spec): • MIL-C-18480B Coafing Compound, Bituminous, Solvent, Coal Tar Base 3. UndenA/riter's Laboratories, Inc. (UL) Publicafions: • 83-80 Thermoplasfic-insulated Wires • 486-76 Wire Connectors and Soldering Lugs for Use with Copper Conductors 4. National Association of Corrosion Engineers (NACE): • RP0169-96 Recommended Pracfice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems 5. Nafional Associafion of Corrosion Engineers (NACE): • RP0286 Electrical Isolafion of Cathodically Protected Pipelines NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-1 D. Submittals The following informafion shall be submitted for approval of the ENGINEER in accordance with Section 2-5.3 of the General Provisions of these specifications. 1. Catalog Cuts: High potenfial magnesium anodes At-grade concrete test box with cast iron lid Shunts Wire and cable Exothermic weld kits Weld caps Weld coating Plasfic warning tape Insulafing flange kits Wax tape coafing system 2. As-Built Drawings. The CONTIRACTOR shall maintain As-Built drawings showing exact locafions of anodes, test stations, insulators, and wire trenching runs. Location changes from the design shall be cleariy marked in red on a blue line copy of the design drawings. The As-Built drawings shall be submitted to the ENGINEER at the end ofthe project. The project is not considered complete unfil As-Built drawings are submitted. 3. Test Results. • Insulator tests • Confinuity tests • Anode testing and cathodic protection performance PART 2 MATERIALS A. General Materials and equipment shall be new and the standard product of manufacturers regulariy engaged in the manufacturing of such products. All materials and equipment shall bear evidence of safe operation approval from a nationally recognized tesfing laboratory. B. High Potenfial Magnesium Anodes 1. Capacity. High potenfial magnesium anodes shall have a theorefical energy content of 1000 ampere-hours per pound and have a minimum useful output of 500 ampere-hours per pound. 2. Chemical Composifion (High Potenfial Magnesium). • Aluminum 0.01 percent (max) • Manganese 0.5 to 1.3 percent • Zinc 0.002 percent (max) • Copper 0.02 percent (max) NOVEMBER 2012 CONTRACT 5030, 6608. & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-2 Nickel 0.001 percent (max) iron 0.03 percent (max) Silicon 0.002 percent (max) Other 0.05 percent each (max) Magnesium balance 3. Open Circuit Potenfial. The open circuit potenfial of all anodes, buried in the soil, shall be between 1.55 and 1.75 volts dc versus a copper-copper sulfate reference electrode. 4. Ingot Size and Weight. Anodes shall be 48-pound pre-packaged, high potenfial ingots with a trapezoidal cross section, ingot length shall be 32 inches long. The total packaged weight shall be 105 lbs. 5. Anode Construcfion. Anodes shail be cast magnesium with a galvanized steel core rod recessed on one end to provide access to the rod for connection of the lead wire. Silver braze the lead wire to the rod and make the connecfion mechanically secure. Insulate the connecfion to a 600-volt rafing by filling the recess with epoxy and covering any exposed bare steel core or wire with heat shrinkable tubing. The insulafing tubing shall extend over the lead wire insulation by not less than 1/2 inch. 6. Anode Pre-Packaged Backfill Material. The anodes shall be completely encased and centered within a permeable cloth bag in a special low resistivity backfill mix with the following composifion: • Gypsum 75% • Powdered bentonite 20% • Anhydrous sodium sulfate 5% 7. Backfill grains shall be such that 100 percent is capable of passing through a screen of 100 mesh. Backfill shall be firmly packed around the anode such that the ingot is approximately in the center ofthe backfill. The resistivity ofthe backfill shall be no greater than 50 ohm-cm when tested wet in a soil box. Total prepackaged weight shall be approximately 105 pounds. C. At-Grade Test Stations 1. Test Box. At-grade test boxes shall be round, pre-cast concrete with a cast iron lid. The dimensions shail be 14-1/4 inches O.D. by 9 inches I.D. by 12 inches high, similar to Christy G5 Ufility Box with a cast iron supporting ring and lid. The lid shall be cast with the legend "Test Station". 2. Identificafion Tags. Ali test leads shall be identified with an Avery label (model 5361), self-adhesive covered with polyolefin clear heat shrink tubing (3mfp301). The label shall include: name of facility - size - pipe material; type of insuiafion; stafion number. 3. Concrete Pad. Test boxes mounted in unpaved areas shall be mounted in a reinforced 24-inch square by 4-inch thick concrete pad constructed of ASTM 094 ready-mix concrete. Rebar shall be No. 4 steel. D. Wire And Cabie All wires shall be stranded copper with HMWPE or THWN insuiafion suitable for direct burial in NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-3 corrosive soil and water, conforming to UL 83 and ASTM standards B3 or B8. HMWPE insuiafion shall conform to ASTM D1248 type 1, class c, grade 5. THWN insuiafion shall conform to ASTM D-2220. Test Leads. No. 8 AWG HMWPE. Anode Lead Wire. Anode lead wires shall be No. 12 AWG THWN. Mechanical Joint Bond Wire. No. 2 AWG HMWPE. All wire and copper connectors shall conform to UL 486-76. Wire Splicing. NO wire splicing is permitted. E. Exothermic Weld Kit 1. Wire-to-metal connections shall be made by the exothermic "cadweld" welding process. Weld alloy shall be for steel pipe, it is the CONTRACTOR'S responsibility to determine the manufacturer's recommended weld charge size for metallic surfaces. 2. Weld Caps. Royston Roybond Primer 747 and Royston Handy Cap 2 or equal. 3. Weld Coafing. Cold-applied fast-drying masfic consisfing of bituminous resin and solvents per Mil. Spec. Mil-C-18480B such as Koppers bitumastic 50 or 505, Tnemec 40-h-413, tape- coat TO masfic or 3M Scotch Clad 244. The minimum coafing thickness shail be 25 mils (0.025 inch). F. insulafing Flange Kits 1. Gaskets: ANSI B-16.21, Type E, NEMA G10 glass with a rectangular o-ring seal for operation between 20-deg. F and 150-deg. F. Gaskets shall be suitable for the temperature and pressure rafing of the piping system in which they are installed. 2. insulafing Sleeves: 1/32-inch thick tube, full length, G10 glass material per NEMA LI-1 for operafion between 20-deg. F and 150-deg. F. For installafion at threaded valve flanges, half-length sleeves shall be used. 3. Insulafing Washers: 1/8-inch thick, full length, G10 glass per NEMA Li-1 for operafion between 20-deg. F and 150-deg. F. 4. Steel Washers: 1/8-inch cadmium plated steel placed between the nut and insulafing washer. 5. Coafing: All buried insulafing flanges shall be wax taped coated per AWWA 0217. See section for "External Coafing for Buried Surfaces" below. G. External Coafing For Buried Surfaces 1. All buried insulating flange kits, AND buried pipe secfions and fitting surfaces that are not epoxy or polyurethane coated shail be wrapped with a three-layer petrolatum wax tape coafing system per AWWA 0217. 2. Primer: All surfaces shall be prime coated with a blend of petrolatum, plasficizer, inert fillers, and corrosion inhibitors having a paste-like consistency. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-4 3. Wax Tape: Covering material shall be a synthefic felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is formable over irregular surfaces. 4. Plastic Outer Wrap: The primed and wax taped surface shall be covered with a plasfic outer wrap consisfing of three layers of 50-guage (10-mil) polyvinylidene chloride or PVC, high cling membrane wound together. H. Plasfic Warning Tape Plasfic warning tape for all cable trenches shall be a minimum of 4 mils thick and 6 inches wide, inert plasfic film designed for prolonged use underground, and printed with "Caufion: Cathodic Protection Cabie Below". PART 3 CATHODIC PROTECTION INSTALLATION A. General 1. Standard. Cathodic protecfion installafion shall conform to NACE RP0169-96 "Recommended Pracfice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. 2. CONTRACTOR Quaiificafions. All work shall be performed by qualified, experienced personnel working under confinuous, competent supervision. Qualified CONTRACTORS must demonstrate at least five years of experience with cathodic protecfion installafions. 3. Test Results. The CONTRACTOR shall submit a CORROSION ENGINEER'S report including all test data, conclusions, repairs, and cathodic protecfion system performance. 4. Notificafion for Tesfing. The CONTIRACTOR shall notify the ENGINEER at least five days in advance of the anodes and test stafion installafions. The ENGINEER or the OWNER'S representative shall, at their discrefion, witness the installation of anodes and cathodic protection facilifies. Testing shall be as described in this specification secfion. B. Magnesium Anodes 1. inspecfion. All lead wires shall be inspected to ensure that the lead wire is securely connected to the anode core and that no damage has occurred to the lead wire. Lead wire failures shall require replacement of the complete anode and lead wire. 2. Pre-Packaged Anode inspection. Each anode shall be inspected to ensure that the backfill material completely surrounds the anode and that the cloth bag containing the anode and backfill material is intact, if the prepackaged anodes are supplied in a waterproof container or covering, that container or covering shall be removed before installafion. The CONTRACTOR shall notify the ENGINEER at least five (5) days in advance of installing the anodes. 3. Locafion. Anodes are to be installed in augured holes as shown in the drawings. Anode posifions can be adjusted slighfiy to avoid interference with exisfing structures. Alternate anode posifions must be approved by the ENGINEER. 4. Handling. Care shall be taken to ensure that the anode is never lifted, supported. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-5 transported, or handled by the lead wire. All anodes shall be lowered into the hole using a sling or a rope. 5. Anode Hole Size and Depth. Anodes shail be placed vertically at the bottom of a 12 feet deep augured hole, 12 inches in diameter (minimum). 6. Soaking Requirements, Pre-Packaged Anodes. Once the prepackaged anodes are in the hole, 15 gallons of water shall be poured into the hole so that the anodes are completely covered with water. Allow the anodes to soak for a minimum of 30 minutes before any soil backfill is added. 7. Soil Backfill. After the pre-packaged anodes are soaked, the hole is backfilled with stone-free, native soil. No voids shall exist around the anode bags and the anode lead wire shall not be damaged. The backfill shall be tamped and compacted in 18-inch lifts taking care not to damage the anode lead wire. C. At-Grade Test Stafions 1. Location. At-grade corrosion monitoring test boxes shall be located at the edge and directly behind the curb. All test box locafions shall be approved by the ENGINEER. 2. Test Box Bottom. Test boxes shail be set in native soil. 3. Test Lead Attachment. Test leads shall be attached to the pipe using the exothermic weld process. An 18-inch length of slack wire shall be coiled at each weld at the pipe and inside each test box. 4. Concrete Pad. A 24-inch square by 4-inch thick reinforced concrete pad is required around each at-grade test station. Test boxes and concrete pad shall be flush with the top of the curb. D. Wire and Cable 1. Test Lead Trench. Horizontal test or anode lead runs shall be placed in a 36-inch trench. 2. Wire Handling. Wire leads shall not be stretched or kinked. Care shall be taken when installing wire and backflliing. If wire insuiafion is damaged during installafion, it shall be rejected and replaced completely at the CONTRACTOR'S expense. All rejected wire shail be removed from the job site at the close of each workday. 3. Plasfic Warning Tape. Plasfic warning tape shall be installed in all wire trenches and 12 inches below finished grade. 4. Splicing. Wire splices are not permitted. E. Wire-To-Pipe Connecfions 1. All connections of copper wires to the pipe shall be made by the exothermic weld method. 2. Weld Charge Size. It is the CONTRACTOR'S responsibility to ensure that the manufacturer's recommended weld charge size is used. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-6 3. Preparafion of Wire. Do not deform cable. Remove only enough insuiafion from the cable to allow for the exothermic weld. 4. Preparation of Metal. Remove all coafing, dirt, grime and grease from the metal structure by wire brushing. Clean the structure to a bright, shiny surface free of all serious pits and fiaws by using a file. The surface area of the structure must be absolutely dry. 5. Wire Posifion. The wire is to be held at a 30-degree angle to the surface when welding. Only one wire shall be attached with each weld. 6. Testing of All Completed Welds. After the weld has cooled, the weld shail be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. Ail unsound welds shall be cleaned, re-welded, and re-tested. Ail weld slag shall be removed. 7. Coating of Welds. The area to be coated shall be dean and completely dry. Apply a primer specifically intended for use with an elastomeric weld cap. Apply the weld cap and a bituminous masfic coafing material to all exposed areas around the cap in accordance with the manufacturer's recommendations. The coafing shall overiap the structure coafing by a minimum of 3 inches. 8. Mortar Repair. Coafing voids shall be filled with cement grout. F. Bond Wires Mechanical Joint Bond Wires. Two (2) No. 2 HMWPE bond wires are required across each non- insulafing, in-line valve; a third No. 6 HMWPE bond wire is required from the valve to one outside fiange as shown in the drawings. The bond wires shall be attached using the exothermic weld process. Bond wires shall have some slack wire at each weld to aliow for creep when backfilling. G. insulafing Flange Kits 1. General: insulafing flange kits shall be pre-assembied and installed as recommended by the manufacturer, and per NACE RPO 286. Moisture, soil, and other foreign matter must be fully removed and prevented from contacfing any portion of mafing surfaces. If foreign matter contacts any portion of these surfaces, then the entire flange shail be disassembled, cleaned, and dried before reassembly. 2. Installafion: Align and install insulafing joints according to the manufacturer's recommendafions to avoid damaging insulating materials. The manufacturer's bolt tightening sequence and torque specifications shall be followed. 3. Paint Pigments: No electrically conducfive pigments or paints shall be used either internally or externally on the bolts, washers, or flanges. 4. Inspection: All buried insulafing fianges shall be inspected, tested, and approved by the ENGINEER as described in Part 4 of this specificafion and prior to the applicafion of wax tape coafing. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-7 H. External Coafing 1. All buried insulafing flanges shall be covered with a 3-layer wax tape coafing system per AWWA C217. Addifionally, all in-line valves, flanges, couplings, and adapters that are not coated with a bonded dielectric coating shall be wax tape coated per AVVWA 0217. 2. Primer: Surfaces must be cleaned of all dirt, grime, and dust by using a wire brush and clean cloth. The surface shail be dry. Appiy the primer by hand or brush. A thin coafing of primer shail be applied to ali surfaces and worked into ail crevices. The primer shall be applied generously around bolts, nuts, and threads, and shall fully cover all exposed areas. The primer should overiap the pipe coafing by a minimum of 3-inches. 3. Petrolatum Saturated Tape: The wax tape can be applied immediately after the primer. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud end. For long bolts (such as in couplings), short lengths of tape shall be cut and circumferenfially wrapped around each individual bolt. After the bolts are covered, the tape shail be circumferenfially wrapped around the flange with sufficient tension to provide confinuous adhesion without stretching the tape. The tape shail be formed, by hand, into all voids and spaces. There shall be no voids or gaps under the tape. The tape shall be applied with a 1-inch minimum overiap. 4. Outer Covering: A plasfic outer cover shall be applied over the petrolatum-saturated tape. The plasfic shall be a minimum of 50-guage (10-mils) and shall have two layers applied. PART 4 TESTING AND INSPECTION The CONTRACTOR'S CORROSION ENGINEER shall submit his proposed test procedures to the ENGINEER at least five (5) days in advance of the time that the cathodic protecfion system tesfing is scheduled. The ENGINEER shail witness ali testing at his discrefion. All test data shall be submitted to the ENGINEER within seven (7) days of the completion of the tesfing. Ali tesfing shall be done under the supervision of a qualified CORROSION ENGINEER who is retained by the CONTRACTOR. Ali deficiencies found to be due to faulty materials or workmanship shail be repaired or replaced by the CONTRACTOR and at his expense. The City of Carisbad shall be notified at least three (3) days in advance to witness the performance testing. A. Test Leads It is the CONTF^CTOR's responsibility to test ail test leads 1. Test Method. All compieted wire connecfion welds shall be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. Welds failing this test shall have the surface re- prepared, have the wire re-weided to the pipe and re-tested. Wire welds shall be spot tested by the Engineer. After backfilling the pipe, ail test lead pairs shall be tested using a standard ohmmeter. 2. Acceptance. The resistance between each pair of test leads shall not exceed 150% of the total wire resistance as determined from puiDlished wire data. NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-8 B. Anode Lead Wire The CONTIRACTOR is responsible for inspecfing anode lead wires. Lead wires shall be spot inspected by the ENGINEER. 1. Test Method. A visual inspecfion and by running his hand along the full length of the lead while installing. 2. Acceptance. All leads shall be free of cuts nicks or abrasions in the wire insulation. Damaged leads shall be rejected. C. Test Lead Trenching The ENGINEER, at his or her discrefion, shall inspect wire trenches and backfill material and methods. 1. Test Method. The depth, trench bottom, padding, and backfill material shall be visually inspected prior to backfilling. 2. Acceptance. Conformance with specifications. D. Pipeline Confinuity Through in-Line Valves The CONTRACTOR'S CORROSION ENGINEER shall measure the linear resistance of secfions of pipe in which in-line valves or other mechanical joints have been installed. All tesfing shall be done by the CORROSION ENGINEER in the presence of the ENGINEER. 1. Test Method. Resistance shall be measured by the linear resistance method. A direct current shall be impressed from one end ofthe test section to the other (typically test stafion to test station). A voltage drop is measured for several different current levels. The measured resistance (R) is calculated using the equafion R=dV/i, where dV is the voltage drop between the test span and i is the current. The resistance shall be measured for at least four (4) different current levels. 2. Acceptance. Acceptance is a comparison between the measured resistance (from the field test data) and the theoretical resistance. The theorefical resistance must consider the pipe (length and wall thickness) and the resistance ofthe bond wires. The measured resistance shall not exceed the theorefical resistance by more than 130%. The CONTRACTOR'S CORROSION ENGINEER shall submit, within seven (7) days of the complefion of the tesfing and in a report format, to the ENGINEER all calculafions of the theorefical resistance and measured pipe resistance for each section tested. E. insulafing Flange Kits 1. Responsibility: insulating flanges shall be inspected and tested by the CONTRACTOR'S CORROSION ENGINEER and in the presence of the ENGINEER, prior to backfilling. Tesfing ofthe buried insulafing flange kit prior to backfill will result in non-acceptance ofthe insulator. 2. Test Method: The assembled flange shail be tested using a Gas Electronics Model 601 Insuiafion Checker specifically design for tesfing insulafing flanges. The tesfing shall be NOVEMBER 2012 CONTRACT 5030, 6608, & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-9 done by a qualified CORROSION ENGINEER accepted by the ENGINEER and shail be done in accordance with NACE RPO 286. 3. Acceptance: The installafion of the insulafing fiange kit shall be considered complete when the testing device indicates no shorts or partial shorts are present. The CONTRACTOR shall provide assistance in finding any and all shorts or shorted bolts. All disassembly and reassembly necessary for acceptance shall be done at the CONTRACTOR'S expense. F. Cathodic Protecfion Performance The cathodic protection system shall be acfivated and tested by the CONTRACTOR'S CORROSION ENGINEER in the presence ofthe ENGINEER. 1. Test Method. The installed cathodic protection system tesfing shall include: native pipe-to- soil potentials, protected pipe-to-soil potentials, open-circuit anode potentials, and anode current output measurements. 2. Acceptance. Shall be based on achieving the -850 mV criterion as outlined in NACE RP0169-96. All data shall be submitted, in a typed 8-1/2 X 11 inch report to the City's ENGINEER and the City's CORROSION ENGINEER for approval. 3. Compliance with Specificafions. Deficiencies or omissions in materials or workmanship found by these tests shall be recfified at the CONTRACTOR'S expense. Deficiencies shail include but are not limited to: broken leads, improper or unclean trenches, lack of 18-inchor slack wire in test boxes; improperiy mounted test iDoxes; improper installation and tesfing of insulators; and other deficiencies associated with the workmanship, installation, and non- funcfioning equipment. END OF SECTION NOVEMBER 2012 CONTRACT 5030, 6608. & 6013 CATHODIC PROTECTION BY SACRIFICIAL ANODES PARK DRIVE IMPROVEMENTS SECTION 16640-10