Loading...
HomeMy WebLinkAboutSouthland Paving Inc; 2014-07-02; PWS14-29UTILRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2015-0335274 11111111111111111111111111111111111111111111111 IIIII IIIII IIIII IIII IIII Jun 26, 2015 01 :51 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr, SAN DIEGO COUNTY RECORDER FEES. $15.00 PAGES. 1 Space above this line for Recorder's use. PARCEL NO: N/A ---------- 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 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 May 7, 2015. 6 The name of the contractor for such work or improvement is Southland Paving, Inc. 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: Northwest Quadrant Storm Drain Program-2013 (Valley Street-East Side, Highland Drive and Linda Lane), Project No. 6608. 8. The street address of said property is on Valley Street, Highland Drive and Linda Lane in the City of Carlsbad. CITY OF CARLSBAD ?1;;;r.d.- -Xt/-City EnQ~ Patrick Vaughan VERIFICATION 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 CJUf\e--q , 20~. 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 Vt<-t'-L I,> {I AB #21, 990 Reso. No. 2015-147 Word\Maste,rsll'orms\Not1ce of Completion (City) / , 20 l5 , at Carlsbad, California. CITY OF CARLSBAD V),,J,._~~ BARBARA E~N City Clerk 31919\1 \ CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #2 Project: 6608, Northwest Quadrant Strom Drain Program -2013 (Valley Street-East Side, Highland Drive and Linda Lane) Date Routed : Reasons for changes: To: Construction Management & Inspection Department Head Administrative Services Director City Manager/Mayor Construction Management & Inspection Item 1 : The city requested the installation of an additional drainage structure and paving including 1 (one) 12-inch x 12-inch brooks box catch basin, 20-feet of asphalt berm and swale, and C-900 drainage pipe from Station No. 6+ 73 to Station No. 7+30. This is required to redirect storm water runoff away from a residential driveway approach on Valley Street. Item 2: City staff requested that the entire width of Linda Lane be slurry ·sealed. Item 3: The work performed under Bid Item A-4, "Utility Relocations Not Shown," is less than the lump sum amount. Decrease Bid Item A-4 by ($3,487.92). Item 4: The storm drain box called out on Bid Item B-3 for a type B storm drain cleanout per San Diego Regionals was previously installed by another contractor. The Contractor needed only to break into cleanout on a T&M basis. Decrease Bid Item B-3 by ($3,119.36). Item 5: Delete Bid Item B-10, "Temp Power Pole Bracing" not required. Item 6: Delete Bid Item D-15, "Relocation of Existing Water Service" not required. \ Project: # 6608, Northwest Quadrant Storm Drain Program -2013 (Valley Street-East Side, Highland Drive and Linda Lane) Change Order No. 2 COST ACCOUNTING SUMMARY: Original contract amount $558,178.00 Total amount this C/O $9,493.42 Total amount of previous C/O's $0 .00 Total C/O's to date $9,493.42 New Contract Amount $567,671.42 Total C/O's as% of original contract 1.70% Contingency amount encumbered $75,000.00 Contingency increase/ decrease $0.00 Contingency Subtotal $75,000.00 Total C/O's to date $9,493.42 Contingency balance $65,506.58 Project: # 6608, Northwest Quadrant Storm Drain Program -2013 (Valley Street-East Side, Highland Drive and Linda Lane) Change Order No. 2 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO . 2 PROJECT: #6608, Northwest Quadrant Storm Drain Program -2013 (Valley Street-East Side, Highland Drive and Linda Lane) CONTRACT NO. 6608/Bid No. PWS14-29UTIL ACCOUNT NO. 15270009060/660829066 CONTRACTOR: Southland Paving Inc. ADDRESS: 361 N. Hale Avenue Escondido, CA 92029 P.O. NO. P128885 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead , extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following : Item 1 : Extra work to install new C-900 pipe, brooks box, and new AC berm and swale per approved drawing from RBF for the agreed upon price of $10,435.70 . Increase to contract cost. ........................................................... $10,435.70 Item 2 : Extra work to slurry seal all of Linda Lane for the agreed upon price of $10,065.00. Increase to contract cost. ........................................................... $10 ,065.00 Item 3: Decrease Bid Item A-4, Utility Relocations not shown on plans , by $3,487.92 per lump sum. Decrease to contract cost. ......................................................... ($3,487.92) Project: # 6608, Northwest Quadrant Storm Drain Program -2013 (Valley Street-East Side, Highland Drive and Linda Lane) Change Order No. 2 Item 4: Decrease Bid Item B-3, Type 85 Storm Drain Cleanout, by $3,119.36 for breaking in to existing box in lieu of new in stall. Decrease to contract cost ............................................................ ($3 , '119.36) Item 5: Delete Bid Item B-10, Temp Power Pole bracing. Decrease to contract cost. .......................................................... ($2,750.00) Item 6: Delete Bid Item D-15, Relocation of Existing water service. Decrease to contract cost.. ......................................................... ($1,650.00) TOTAL INCREASE TO CONTRACT COST ................................................... $9,493 .42 TIME FOR COMPLETION OF ALL WORK UNDER THI S CONTRACT SHALL BE INCREASED BY ZERO WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: A1"'1JU"""'-T ATIVE SERVICES DIRECTOR DISTRIBUTION: l{ Vl lo" (DATE) ;!;1BY KL CONTRACTOR INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN Y~teo -v5 (DATE) CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENT~ GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR Northwest Quadrant Storm Drain Program-2013 (Valley Street-East Side, Highland Drive and Linda Lane) CONTRACT NO. 6608 BID NO. PWS14~29UTIL ..... \1 Revised 1 /30/13 . Contract No. 6608 Page 1 of 156 Pages TABLE OF CONTENTS Page ,. Notice Inviting Bids .................................................................................................................. . 8 Contractor's Proposal .............................................................................................................. . 12 Bid Security Form .................................................................................................................... . 25 Bidder's Bond to Accompany Proposal .................................................................................... . 26 Guide for Completing the "Designation Of Subcontractors" Form ............................................. . 28 Designation of Subcontractor and Amount of Subcontractor's Bid Items ................................. . 30 Bidder's Statement of Technical Ability and Experience ........................................................... . 31 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation ....................................................................................... . 32 Bidder's Statement Re Debarment .......................................................................................... . 33 Bidder's Disclosure of Discipline Record ........................................................................ . 34 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................... . 36 Contract Public Works ............................................................................................................. . 37 Labor and Materials Bond ......................................................................................................... . 43 Faithful Performance/Warranty Bond ........................................................................................ . 45 Optional Escrow Agreement for Surety Deposits in Lieu of Retention ...................................... . 47 ft Q Revised 1/30/13 Contract No. 6608 Page 2 of 156 Pages Section 1 1-1 1-2 1-3 1-4 1-5 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 6-9. 6-10 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms............................................................................................................... 50 Definitions.................................................... . . .. . . . . . . . . . . .. . . .. . . . . . . . . . . . . . . . . . .. . . . . . . . .. .. . .. 50 Abbreviations............................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 54 Units of Measure .. . . .. . .. . . .. .. . . . .. . . . . . . .. .. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . .. . . . . . . . .. . . . . . .. 57 Symbols............................................................................................................ 58 Scope and Control of the Work Award and Execution of Contract................. . . . . .. . . . . . . . . . . . . .. . . . . . . .. . . . . . . .. . . . .. .. . . . . . . . . . . 59 Assignment.................................................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 59 Subcontracts . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 59 Contract Bonds............................................ . . . . . . . . . . . . . . . . . .. . . . . .. .. . . . . . .. . . . . . . . . . . . . . . . . . . . 60 Plans and Specifications.............................. ..................................................... 61 Work to be Done.......................................... .. . ...... ..... .. .. ..... ..... .. ...... .......... .. .. ... 65 Subsurface Data.......................................... ..................................................... 65 Right-of-Way .......... ... .... ............ .... ... ......... .. . . .. ... . . .... ... .. ............ ..... ....... .... ....... 65 Surveying......................................................................................................... 65 Authority of Board and Engineer.................. . . . . . . . . .. . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . 69 Inspection.................................................... ..................................................... 70 Changes in Work Changes Requested by the Contractor........ . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . . .. . . . . . 70 Changes Initiated by the Agency .. .. .. . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . .. .. .. . . . .. . . . . . . .. .. .. ... . . . . . 70 Extra Work................................................... ..................................................... 72 Changed Conditions.................................... . . . . .. . . . . . .. . .. .. .. . . . . . . . . . . . . . . . .. . . . . . . . .. .. .. . . . 7 4 Disputed Work.................................................................................................. 75 Control of Materials Materials and Workmanship............................................................................. 78 Materials Transportation, Handling and Storage................................................ 83 Utilities Location .................................................. :.... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . 83 Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 84 Removal........................................................................................................... 84 Relocation . . ... . . ... .. .. . . . . . .. .. . .. .. . . . .. .. .. . .. .. .. . . . .. .. .. . . . . . . . .. . . . . . . . .. . . . . . .. . .. . . . . . .. .. . . . . . . . .. .. . . . 84 Delays.............................................................................................................. 85 Cooperation................................................. . . .. .. . . . . . . . ... .. .. . .. . . . . . . . .. .. . . . . . .. . .. . . . . .. . .. 86 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work........................................ 86 Prosecution of Work.................................... ..................................................... 88 Suspension of Work..................................... ..................................................... 89 Default by Contractor................................... . . . . . . . . . . . .. . . . . . .. . .. . . . . . . . . . . .. . . . . . . . .. .. . . . . . . . 89 Termination of Contract............................... ..................................................... 90 Delays and Extensions of Time . .. .. .. . . .. . . .. . . .. . .. .. . . .. .. . . . . . . . .. . . . . . . . . .. . . .. .. . .. .. .. .. . . . . . . . . 90 Time of Completion..................................... ..................................................... 91 Completion, Acceptance, and Warranty............................................................ 92 Liquidated Damages.................................... ..................................................... 92 Use of Improvement During Construction . . . . . . . . .. . . . . . . . . .. . . . .. . . . . . .. .. . . . .. .. . . . . . . . . .. .. . . . . 92 ft Q Revised 1/30/13 Contract No. 6608 Page 3 of 156 Pages Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 8 Section 9 9-1 9-2 9-3 9-4 Responsibilities of the Contractor Contractor's Equipment and Facilities.......... ..................................................... 93 Labor................................................................................................................ 93 Liability Insurance........................................ ..................................................... 93 Workers' Compensation Insurance.............. .. ....... .. . . ... ......... .. . ...... ..... ............ .. 93 Permits............................................................................................................. 94 The Contractor's Representative . . . . . . . . . . . .. . . . . . .. . .. . .. . . . . .. . . . .. . .. ... . . . . .. . . . .. . . . . . .... .. . . . . . 94 Cooperation and Collateral Work................. ..................................................... 94 Project Site Maintenance............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 95 Protection and Restoration of Existing Improvements ............................ :........... 97 Public Convenience and Safety................... . . . . . . . . . . . . . . .. . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . 97 Patent Fees or Royalties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 04 Advertising................................................... ..................................................... 104 Laws to be Observed................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . 104 Antitrust Claims . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 05 Facilities for Agency Personnel (Not Used) Measurement and Payment Measurement of Quantities for Unit Price Work................................................. 105 Lump Sum Work............................................................................................... 105 Payment . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . 106 Bid Items .. . . . .. . . . . . . . .. . . . . . . . .. . .. . . . . . . . . . .. . . . . . .. . . . . . . . . . . . .. . . . . . .. . .. . . . . . . . . . . . . .. . . .. . .. . . .. . .. . . . . . . . . . 107 ft Q Revised 1/30/13 Contract No. 6608 Page 4 of 156 Pages .,,.--. '-' Part 2 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Construction Materials Section 200 Rock Materials 200-1 Rock Products . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ................................................... . 200-2 Untreated Base Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ................................................... . Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . ................................................... . 201-3 Expansion Joint Filler and Joint Sealants..... . ................................................... . Section 203 Bituminous Materials 203-6 203-11 Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ................................................... . Asphalt Rubber Hot Mix (ARHM) Wet Process ................................................. . Section 204 Lumber and Treatment with Preservatives 204-1 Lumber and Plywood ....................................................................................... . Section 206 Miscellaneous Metal Items 206-7 206-8 206-9 Traffic Signs .................................................................................................... . Light Gage Steel Tubing and Connectors ........................................................ . Portable Changeable Message Sign ................................................................ . Section 207 Pipe 207-2 Reinforced Concrete Pipe............................ . ................................................... . 207-9 ·Iron Pipe and Fittings................................... . ................................................... . 207-10 Steel Pipe ........................................................................................................ . 207-25 Underground Utility Marking Tape ................................................................... . Section 210 Paint and Protective Coatings 210-1 Paint ................................................................................................................ . 210-3 Galvanizing .................................................. ·.···················································· Section 212 212-1 t=~~~~:g: i:~~~f~~:~i~.~ .. ~~~~~!~'.~ ................................................................... . Section 213 Engineering Fabrics 213-2 Geotextiles ...................................................................................................... . 213-3 Erosion Control Specialties .............................................................................. . Section 214 Pavement Markers 214-5 Reflective Pavement Markers .......................................................................... . 122 123 124 124 125 126 127 127 129 130 131 132 132 132 134 134 135 136 136 136 0 Revised 1/30/13 Contract No. 6608 Page 5 of 156 Pages PART3 Section 300 300-1 300-2 300-3 300-4 300-5 300-9 300-13 Section 301 301-1 Section 302 302-5 302-11 Section 303 303-2 303-5 Section 306 306-1 306-5 Section 307 307-3 Section 310 310-5 310-7 Section 312 312-1 Section 313 313-1 313-2 313-3 313-4 Part 6 Construction Methods Earthwork Clearing and Grubbing .................................................................................... .. Unclassified Excavation .................................................................................... . Structure Excavation and Backfill ...................................................................... . Unclassified Fill ................................................................................................. . Borrow Excavation ............................................................................................ . Geotextiles for Erosion Control and Water Pollution Control. ............................ . Storm Water Pollution Prevention Plan ............................................................ .. Treated Soil, Subgrade Preparation and Placement of Base Materials Subgrade Preparation ....................................................................................... . Roadway Surfacing Asphalt Concrete Pavement ............................................................................. . Asphalt Pavement Repairs and Remediation .................................................... . Concrete and Masonry Construction. Air-Placed Concrete .......................................................................................... . Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ........................................................................ . Underground Conduit Construction ·.Open Trench .Operations ................................................................................. .. Abandonment of Conduits and Structures ........................................................ . Street Lighting and Traffic Signals Street Lighting Construction .............................................................................. . Painting Painting Various Surfaces ................................................................................ . Permanent Signing ........................................................................................... . Pavement Marker Placement and Removal Placement ........................................................................................................ . Temporary Traffic Control Devices Temporary Traffic Pavement Markers ............................................................... . Temporary Traffic Signing ................................................................................ . Temporary Railing (Type K) and Crash Cushions ............................................ . Measurement and Payment .............................................................................. . Modified Asphalt, Pavement and Processes 138 138 140 140 141 142 143 144 145 145 147 147 147 151 151 151 152 152 153 154 154 155 600-3 Rubberized Emulsion -Aggregate Slurry .. . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . 156 ft ~ Revised 1/30/13 Contract No. 6608 Page 6 of 156 Pages Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Appendix H Appendix I AppendixJ Appendix K Appendix L Appendix M APPENDIXES Door Hanger City of Carlsbad Modifications to the San Diego Regional Standard Drawing Applicable City of Carlsbad Standard Drawings Applicable San Diego Regional Standard Drawings CCTV Report for Valley Street Valley Street Pothole Data Highland Drive Pothole Data Linda Lane Pothole Data Standard Traffic Control Plan City of Carlsbad Notes for Signing and Striping Plans Geotechnical Reports Storm Drain Inlet Stencil Tier 1 Stormwater Pollution Prevention Plan ft ~ Revised 1/30/13 Contract No. 6608 Page 7 of 156 Pages I~ CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON MARCH 11, 2014, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The project is the construction of drainage improvements in four discrete locations and includes the following: installation of cross- gutter, Type B-1 curb inlet, Type A4 and B-1 storm drain cleanouts, Brooks Box grated inlet, demolition and replacement of PCC curb, gutter, pedestrian ramp and sidewalk, AC berm, remove and replace curb outlet, remove and replace PCC driveways, 24" and 18" RCP storm drain, 12", 10", 8"and 6" PVC storm drain, 4" perforated PVC subdrain, trench resurfacing, 2" grind and overlay, demolition and removal of existing AC, relocate and adjust existing water service, striping, potholing, traffic control, and compliance with storm water pollution best management practices. Northwest Quadrant Storm Drain Program-2013 (Valley Street-East Side, Highland Drive and Linda Lane) Contract No. 6608 BID NO. PWS14-29UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works_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. The City of Carlsbad encourages the participation of minority and women-owned businesses. ,., •+f Revised 1 /30/13 Contract No. 6608 Page 8 of 156 Pages The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $675,000.00. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification Descri tion A General Engineering ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $45.00 per set. If plans and specifications are to be mailed, l'\ •+;' Revised 1 /30/13 Contract No. 6608 Page 9 of 156 Pages the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad 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. 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 City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis 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. ,, •ff Revised 1 /30/13 Contract No. 6608 Page 10 of 156 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 1 0 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2014-004, adopted on the 14th day of January, 2014. January28,2014 ~~ Date eputyCityCierk l' • .., Revised 1 /30/13 Contract No. 6608 Page 11 of 156 Pages CITY OF CARLSBAD NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 CONTRACTOR'S PROPOSAL . OPENED, WITNESSED AND R City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6608_in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" GENERAL Item No. A-1 A-2 A-3 Description Mobilization (not to exceed 15% of the total of contract _!!~lflS) at ~ i v't-1 g e_v e"' :rb~u1c1kJ Ll. II\. c) () u ft. i>..j (Price in Words) Storm Drain Pollution Control ~e~\*~c.-o-J 01. "'-J <fD IL - (Price in Words) Approximate Quantity And Unit LS LS Potholing and Utility LS Coordina}i½n at Av} {)0Ju~~ F,~ l±uhJ 1/1") Cl"I <SE; /Cb (Price in Words) Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Unit Price (Figures) $~~ ~oo~ $ 70oO~ Total Amount (Figures) $ 3 '7 OCJC/--V I Page 2 of 9 Item No. Description A-4 A-5 A-6 Utility Relocations Not Shown on Plans and as Required by Engineer per General Pmvi§ions ection 3-~ at ,1,i,,J (Price in Words) (Price in Words) (Price in Words) .. Approximate Quantity And Unit Stipulated Amount Unit Price (Figures) $ 10,000 w IScO -$ l for c--o /cw Total Amount (Figures) $ 10,000 '2/·\uu ~ $ ;16 f'rJ ~---- Schedule -- Total amount of bid in numbers for Schedule "A": $ ---------- Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page3 of9 I j. _,,,.,, ..._ Item No. Description Approximate Quantity And Unit Unit Price (Figures) A-5 Record Drawings at LS $. ___ _,_ ______ ,._, \ ~~\ t --""' T otal"'Amount ,,-"'.,(Figures) $ ____ _ (Price in Words) ~ \ 1 \ ~~ \ tJ., ~) ". "r;;_;,, '" 1 T id in words fo ~tkJu~A":. _ __.l,.._\..,_,_ _____________ _ ~ itl in, ~umbers for Schedule "A": $ _________ _ ,, __ ,,,, ... ~--"'~~·~ ...... ,, ...,_,,,.,;o.· .. , ......... ',·, _,,.. .. ,. 'SCHEDUl:E~•ll3Y'VALiEYAi"suENA VISTA Item No. B-1 Description (Unrt Price 'in-Words) Approximate Quantity and Unit 15 LF B-2 Type F Catch Basin Per 1 EA _s_g__RSD .Q-1 at I t l \ / l~ ✓ e-t 0\6 <lJ ''-"") A);•~ t/::J kW~) (Al/lj ,::-,,,,((~ - (Unit Price in Words) 8-3 Type BS Storm Drain Cleanout 1 EA (SDRSD -1 O) at , .:,..,._ 16 J_j(\(J Cht t{0.-,J,,,) (Unit Price in Words) 8-4 ~"1J 48 LF v-e<.. 6 ti ( 0.) (Unit rice in Words) B-5 15 LF O,) lfC>o (Unit Price in Words) 8-6 1 CY Unit Price (Figures) $ j3a~ nc !\ ti $ ,J ·tau - 1 $ <-t( ou w_ $ g']~ tJ...; $ l C)O -- w $ 1706 - Total Amount (Figures) $ ~ ~~~6 Lv $ '--t l OG Jq8( c..u $ $ ISCD ~ L..- $ l~~~I-Excavat on and Ex~rt at 1 o "e:,_J .... eu,\ \~, \,, .. ) ~\) ~ <\..(A J ~ "/t.ui ~~'0,'\\\~ ' (Unit Price in Words) 0 Revised 1/30/13 Contract No. 6608 Page 13 of 156 Pages Item No. 8-7 B-8 B-9 B-10 8-11 B-12 Item No. C-1 Description Demo Existing AC ~erm at -~ :;;t1 o 4cl ~ /4 l!:b (Unit Price in Words) 27" RCP Point Repair Approximate Quantity and Unit 16 LF 1 EA LS ~:ncc~:t~~J F','., 1. M0tAJV~) w,,) tti f..£..l,> (Price in Words) Temporary Power Pole L Bracing, "f Requirjd 1 rw.:) ,~ uJCtL--i e0e--. i-tJ t,J.,-cJ (..\_c,) ~ c'lt> Words) Signing ~d StripinJ a!.,__ LS ,' j IA ~\/'.O (-; V\. J Ci.) t'0 (Price in Words) \{0«Jv~L} Unit Price (Figures) $ 'lD~ (9-;1 $ 1-150°~ $ ----~SO u__u $ ;1_GO ~ in numbers for Schedule "B": $ 2 ~ 77 j: 00 I SCHEDULE "C" VALLEY AT McCAULEY (EAST) Approximate Quantity Unit Price Description and Unit (Figures) 18 LF $ 3:'Sc/_\J °" Oo 0 Revised 1/30/13 Contract No. 6608 $ 1 Soc.J ~ $ 2 7 )0 ~ ,...~,., $ SSOU::. ,_ $ ~~i.oo ~ Total Amount (Figures) $~~0':f0°~ ~ -.. Page 14 of 156 Pages \ ~- Item No. 8-7 Description Demo Existing AC ~erm at -~~~1 ct~tv -~:u~ .--· ' (Unit Price in Words) Approximate Quantity and Unit 16 LF B-8 Connect to Existing Storm 1 EA J>rain at , __ \ 1 \ ,1 Ovi, -T\10vJC,i,,J \ tl.,-et '--t-.) h,,1/cv '7~e:"' ~r w-,J ovf10 ✓ -- (unit Prlfce in Words) 8-9 27" RCP Point Repair LS ES:~c~t~;~tCA¼.) F'~ ~ t N °v,JvJ f).v,J l'<-':. fl <>.;i (Price in Words) 8-10 Temporary Power Pole LS __ Bracing, {1 Requir~d q,t. (w..J '· 11" uJr,.,j •Jf1...lh i-lJ H<.L-o) Words) 8-11 LS (Price in Words) B-12 nr; ~-l"t'.i,~ C, _ ) ,.~ _ ,4" . ,i. PLJ e,..__,, ./ U) /ev (Price in Words) Unit Price (Figures) $_'LC\~ __ _ $ $ $ . (~so Total amount of bid in numbers ior Schedule "B": $ 2 ?-['77 'i c.,u I SCHEDULE "C" VALLEY AT McCAULEY (EAST) Approximate Item Quantity Unit Price No. Descri12tion and Unit (Figures) C-1 18 LF $ ,/) ,,., C c:x.J '-J'-) l - Ul Co 0 Revised 1/30/13 Contract No. 6608 Total Amount (Figures) ,.,-7 ') • ,, l:'-t.'.' $ :.) (_ (\ ... - $ Total Amount (Figures) $ -~c/':i:(.) t>~ Page 14 of 156 Pages " Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) C-2 Type B-1 Curb Inlet {SDRSD 1 EA $ L/ 6 00 t.1,;:>_ $ Y £00 Ld.. Jµ)at~ 1t~1CC{C,.'"-d Sj t VR) kJ (1')Ul3. (Unit Price in Words) C-3 T~h ~urfacsg (3S-26) at 18 LF $ r oa 12 $ l iau~ e ui,,_· v.e ~vJ L~ Zl o 12 (Unit Price in Words) C-4 Q) u) 2 EA $ ?_.oCJ ~ $ ~CJO u: £ L~ \Se:iei ~ C-5 Fence Relocation at 25 LF $ 0 ·~ $ ~) ~ ~) "::. C-6 50CY $ ~c) ~ $ j__fGO ~ vtt,) C-7 De_L Existing AC BeffTI at /4_ 160 LF $ lo'!_ $ U iCl ~ c:ve::i vv-uJ Q:i o) (Unit Price in Words) C-8 1 EA $ / s co~ $ Lf~0 ~ Hve.. ✓o ({> {,;,,.) (Unit Price in Words) C-9 6" AC Be~DRS°' G-5) lt 70 LF $ s~ $S~oo.: El 6 __ Ct.vl J ~ ( r..:0 (Unit Price in Words) 4~ O:'. 3S7-o (y C-10 6" Curb and Gutter (SDRSD 80 LF $ $ ~t -c, Ci~ l h •'•"'\ G~ <, J t\~' &ti Z,t c!)Q ·---~i'\_~1 (Unit Price in Words) 'S.\.~~~ -~ ·, ('Z,'-0\,~ ~~'0 ft ~ Revised 1 /30/13 Contract No. 6608 Page 15 of 156 Pages Approximate Item Quantity Unit Price )1111!1;,"" No. Description and Unit (Figures} -...... •o c'.)O C-11 ~lk (SDRS3 G-7) z 150 SF $ I -$ { e"'-ut-,_ o~ {'00 (Unit Price in Words) C-12 l.\1J~O~ '-\1-. 6u ~ 1 EA $ ) o~Jr,) CAv-J (Unit Price in Words) C-13 Der-~ Existing AJ at /4 80SF $ $ l\\s"'O ~ \_ ['f-(Ak D.)(b.> ,- (Unit Price in Words) ~t.0 t,V C-14 New Pavement Se tion at 400 SF $ Gc~o - ~ c,__i,,) ' fv (Unit Price in Words) ~ ~ ·1.--S' £ a ~ C-15 Grind and OverlaJ at t $ ,..., $ ...... p;,.,.,,_ C--t<A-Oc) t)c) .... _.' (Unit Price in Words) $/ C-16 Intentionally left b r1k $ __ .o-- C-17 Regional Standard taining 275 SF $ e-(5~ $ 115?5~ Wall (SDRSQ_ C-2 at I.) C-18 LS $ sso~ $ ,)Su(.Q.2 C-19 LS ft ~, Revised 1 /30/13 Contract No. 6608 Page 16 of 156 Pages Item No. C-11 C-12 C-13 Description (Unit Price in Words)· (Unit Price in Words) Dee~ Existing A~ at _ / ' f f (),i, r.) c') .,/it>.) (Unit Price in Words) C-14 New Pavement Se tion at C-15 '· ,..__ \ ......:.,\ ·,\.· c,._~,,,1 l, r\tfi_;,, (Unit Price in Words) Grin~ and Ove_ rlaY, at ~ Fo ,_,_ CL"' .. ) \)c'l ti() (Unit Price in Words) C-16 Intentionally left blank r:,·✓ (Unit Price in Words) C-17 (Price in Words) C-18 Signing a ~tr~ping ,t ,_._ J'i 1 11✓.• v\r) V_,.., (--\ t:"f (Price In Words) C-19 (Price in Words) -~ ~, Revised 1/30/13 Approximate Quantity and Unit 150 SF B0SF 400 SF 640 SF LS LS Contract No. 6608 Unit Price (Figures} IC $ _ ___;_. ____ _ {t.: $ ____ _ ~ --~ $ ____ _ Total Amount (Figures) $ \_~cc..:-: $ $ I-Z 1?J~ Page 16 of 156 Pages ..... ,/ ,,...,,, Item No. Description C-20 Cross-gutter (SDRSD G-12) at (Price In Words) Approximate Quantity and Unit 365 SF Total amount of bid in words for Schedule "C": \~S?\H;,>,~ o.r. "' w L I Unit Price (Figures) $ 21~ Total amount of bid in numbers for Schedule "C": $ -~ 9 G 7D ~ SCHEDULE "D" HIGHLAND DRIVE Item No. Description D-1 18" RCP (with Water Tight Joints) Storm Drain Pipe at (Unit Price in Words) D-2 12" PVC C-900 Storm Drain Pipe (Tunneling) at (Unit Price in Words) D-3 12" PVC C-900 Storm Drain Pipe at (Unit Price in Words) D-4 6" PVC C-900 Storm Drain Pipe at (Unit Price in Words) D-5 24"x24" Grated Brooks Box Inlet at (Unit Price in Words) ft \1 Revised 1 /30/13 Approximate Quantity and Unit 550 LF 20LF 40 LF 15 LF 2EA Contract No. 6608 Unit Price (Figures) $ l{6~ \LlD 15 ~ $#5~ l1S~ $ ;:r1:;ti CD Total Amount (Figures) Total Amount {Figures} $ ?J2-SW '!" $ S{C()W~ liS:9$ Page 17 of 156 Pages Approximate Item Quantity Unit Price Total Amount .... No. Description and Unit (Figures} (Figures) ~ D-6 1 EA $ ttD6Qi ~ 0-'.l (Unit Price in Words) D-7 3EA $ 'J~to aj_ /,Uj D-8 ~rb O:;r~SDRSD '.f 25) at 1 EA $ lf $ Y:CDuw ' ~()...--.. l()OJC.d1t, C\,IA,U &t) (Du .____ (Unit Price in Words) D-9 Tr; nch ResurfaciJg (GS-6) at 600 LF $ ~5lotY12 , u.i-i,, 0() b '0 (Unit Price in Words) ,,,.-. D-10 Jv-J 1 $ I £s:~~ $ f t)J(jt':! ,_,, D-11 1 EA $ C/C{) ~ $ clC:b ~ D-12 48SF D-13 48 SF ll~ $ ____ _ 0-14 1 EA ft ~, Revised 1 /30/13 Contract No. 6608 Page 18 of 156 Pages Approximate Item Quantity Unit Price Total Amount • No. Description and Unit {Figures} (Figures} D-6 Type B5 Storm Drain Cleanout 1 EA $ c.+Dut ~9-$ ~~:a:), ... (SDRSD D-1 ~) at r / . ' \ ·1 t,uv• \ £;t,J(·,,1,1, 1 CLH,1 L'<) i} \ --~--(Unit Price in Words) D-7 Type A4 Storm Drain Cleanout 3 EA (~~~~-9) at cv ( .. i, ·.1 $ :Y>1tc~ $ ~ \~) 00 w ~l '.c. u 1.1J veJ U,"i./ lL'. t!,U (Unit Price in Words) 10~ Lt Q t\ " liJ D-8 C rb Outle!l(SDRSD ~-25) at" 1 EA $ $ 'L-U CU----t'•IJ}(-c\AJ C-\,vt'• ·-(Unit Price in Words) 0-9 Tr~nch Resurfaci~g (GS-6) at 600 LF $ lD Cf; $ 1 slO)_Jt~ , ' ¼ CL~ iJ ,._'; 0 ,I _:_, 0 ----(Unit Price in Words) D-10 $ I (S-CJt-'2 $ I ~rotL! -,-..._ ' ·-\ D-11 Cur~ putt{ Refl\0Valrt \ I 1 EA $ (,}CL: w_ $ C {Cb LC~ &. 1 '>A -...J L-t U v.-D L:,.t.0.J :,;i:,/(1, .; -------· (Unit Price in Words) D-12 Demolish and Remove 48SF $ \1 ~-s;·w $ 6 ·., Existing priveway ~t . G~v! 01,•u t>o(r v.:> ----------- (Unit Price in Words) L Cy D-13 ~~e Driveway in Kind at 48SF $ l .,- $ '!l c;·e.: C f (0:"-i (.,,,'-'\ J o.:i [( l)J -----{Unit Price in Words) 0-14 ) 1 EA $ -~~ $ /)ex) l!.. () , ! C:,1 i,t (/ '··• v~ ,_______. {Unit Prfce in Words) !t>-{.J Revised 1/30/13 Contract No. 6608 Page 18 of 156 Pages ~ # ,j ,., ..,, Approximate Item Quantity Unit Price No. Description and Unit {Figures} D-15 LS $ ~&SD"'~ Jv.J cu.Ji D-16 TLJ~h Shoring (up to [°') at 580 LF $ 1- ! :'.H ~"'_j dl) ,<90 (Unit Price in Words) D-17 LS $ 1,bCf) ½1_ IA~ 1 D-18 LS Total 'l ') . .,,7c. u...J Total amount of bid in numbers for Schedule "D": $ l '--'t~> l - _.,, .. , · SCHEDULE ,iE'' LIND~ 'LANE ' ~, . Item No. E-2 E-3 Approximate Quantity Unit Price i ' Description and Unit (Figures) 18" RCP Storm Drain Pipe at ,. 49~ .,·l · \ ,.J'J (Unit Price in Words) • U f!I . · ·\ '~ ' -~! 1 ~" PVC C-900 Storm Drairl' li> , ,,2◄ ... ,_~ $ ____ _ Pipe at \i , _,. j ,.\ i; ,, -------44------i--___:•~ ,. j (Unit Price in Wor ,·· 1 O" PVC C-;O~~ Drain Pipe at 100 LF $ ____ _ ,;"'' (Unit Price in Words) ;".' ft ~, Revised 1/30/13 Contract No. 6608 Total Amount {Figures) $ llt>s·~ ~ ' $ ~no~ $ ·10c) ~ Total Amount {Figures) $. ____ _ $. ____ _ $. ____ _ Page 19 of 156 Pages E-4 4" PVC C-900 Storm Drain at {Unit Price in Words) E-5 4" Perforated Subdrain at (Unit Price in Words) E-6 24"x24" Grated Brooks Box Inlet at E-7 E-8 (Unit Price in Words) Type A4 Storm Drain C\eanout {SDRSD D-9) at (Unit Price in Words) Type B5 Storm Drain Cleanout (SDRSD D10) at 26 LF $ ____ _ 224 LF $ ____ _ 4EA $ ____ _ •~t 3 EA '·• . $) '\ ____ _ . \ -----------a (Unit Price in Words) ~~, E-9 Connect to Existing Stoh:n-"· ") "· Drain at ·/ (Unit Price in Words) ,. .,I ,I E-10 Trench Resurfacinq,(GS-26) at i'j," (Unit Price in .Words) "§,: E-11 Demo an.~{Replace Cross Gutter af ,li'nit Price in Words) ' ' E-;/ Trench Shoring (up to 10') at (Unit Price in Words) ft ~, Revised 1 /30/13 $ ____ _ 855 LF $ ____ _ 75SF $ ____ _ 855 LF $ ____ _ Contract No. 6608 $ ____ _ $ ____ _ $ ____ _ $ ____ _ $ ____ _ $. ____ _ $ ____ _ $ ____ _ $. ____ _ Page 20 of 156 Pages SCHEDULE "E" LINDA LANE Item No. E-1 Description (Unit Price in Words) E-2 12" PVC C-900 Storm Drain 9.. eat 1 1 ) . 1 Ny0 (;½-t'._ R:'?11 ~"' ~ l.:_c,'-> / (Unit Price in Words) E-3 1 O" PVC C-900 Storm Drain E-4 E-5 P,i,R_e at \ )' _ . G½c \t;+cV'lu VJ:' b'CI-1 {A_vi.L,J LJ<J (; Le I (Unit Price in Words) 4"~r~~ Subdrain 8' __j___£11 ti (.,.--( Ci. 1,,l t) (Unit Price in Words) Approximate Quantity and Unit 490 LF 215 LF 100 LF 26 LF 224 LF E-6 Grated Brooks Box 4 EA LOuJGu/J \) t' 'ic. tl'-tJL/D) vt e; oo o,. (Unit Price in Words) (Unit Price in Words) E-8 Type 85 Storm Drain Cleanout 2 EA ~DRS 010) at \· I I I ~ j l.-Ac oJC1hu ~lW't--~¼Wo t,,.L U «r, ·cu (Unit Price in Words) Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Unit Price (Figures) $ /Y:J D~ $ 1/D ~ $ Lt loo CO2_ Total Amount (Figures) $ JOO;C)lU ) Page 4 of 9 Item No. Description Approximate Quantity and Unit E-9 Connect to Existing Storm 1 EA E-10 E-11 E-12 E-13 E-14 E-15 rain ~l le'.)' TE§_esurfacijg (GS-~} al C y,"Q ~1 {4) (iJnitPrice in Words) -· Demo and Replace Cross Gutter to northerly spandrel petl,DRSD G-12 at ~~ c1~,~:• (Unit Price in Words) Treftch Shoring (up to 1 ') at 'fv ~ VI:(. C<,_ IA,J OJ Cu-:; (Unit Price in Words) 855 LF 800SF 855 LF d Stripin,g ~ , / " ) LS (}JJ~ i,.) ~ i-( \:r 0 k vv.<? C-t."1. c?J [Ov (Price in Words) Traffic =!ol at ) 'fi.,'-.=ItJ~l.2) C.~• c.._uJ (Unit Price in Words) LS 3EA Unit Price (Figures) $ b~Dou.- $_} j_,__01..)_ $ __ j_o_:~_ U , cv $ 1LC'0 -- Total Amount (Figures) $ ISOO ~ Total amount of bid in numbers for Schedule "E": $__,_£.,__J_'\-.... <.,.__""'S,:...,-_c"""'( .... S ___ w_· __ Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 ' Page 5 of 9 Total amount of bid in words including Sched le "A", "B", •c·, "D" and Schedule "E": __ i=-_,_v_--!! __ 0li\ J v--eJ P~ _,l ~ {)b--i0\. ' u vtJ v--~J Total amount of bid in numbers including Schedule "A", "B", ·c·, "D" and Schedule "E": $ S-S:~67 x::~~ The basis of award will be the sum of Schedules "A" through "E". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s).___. _______ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to "'"· do business or act in the capacity of a contractor within the State of California, validly licensed under license number 4 5 \ \ 0...:\ . classification t:\ 1 C. \ 'l..1 C.. \ !) which expires on \ ---S \ -\ \a . and that this statement is true and correct and has the legal effect of an affidavit. Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page 6 of 9 Check a License -License Detail -Contractors State License Board Page 1 of2 •• DEPARTMENT OF CONSUMER AFFAIRS Contractors State License Board Contractor's License Detail -License# 451191 A 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 of the 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 Date Expire Date License Status Classifications Bonding 451191 SOUTHLAND PAVING INC Business Phone Number: (760) 747-6895 361 N HALE AVENUE ESCONDIDO, CA 92029 Corporation 01/12/1984 01/31/2016 ACTIVE Extract Date 4/24/2014 This license is current and active. All information below should be reviewed. CLASS A C12 C31 DESCRIPTION GENERAL ENGINEERING CONTRACTOR EARTHWORK AND PAVING CONSTRUCTION ZONE TRAFFIC CONTROL CONTRACTOR'S BOND This license filed a Contractor's Bond with SAFECO INSURANCE COMPANY OF AMERICA. Bond Number: 6731470 Bond Amount: $12,500 Effective Date: 01/31/2011 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) FLECK RICHARD JAMES certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. https://www2.cslb.ca.gov/OnlineServices/CheckLicenselI/LicenseDetail.aspx?LicNum==45... 4/24/2014 Check a License -License Detail -Contractors State License Board Workers' Compensation Effective Date: 03/09/2007 BQl's Bond History WORKERS' COMPENSATION This license has workers compensation insurance with OLD REPUBLIC GENERAL INSURANCE CORPORATION Policy Number: A 1 CW06691300 Effective Date: 09/01/2013 Expire Date: 09/01/2014 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Conditions of Use I Privacy Policy Copyright © 2010 State of California Page 2 of2 https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=45... 4/24/2014 ., ... E-13 Signing and Striping at LS $ ____ _ $ ____ _ (Price in Words) E-14 Traffic Control at "°\ ___________ ......,_ \ LS $ ____ _ E-15 (Unit Price in Words) ~-~ ,l Cut-Off Wall per SDRSD sf\~-..,. _ _ 3 &A. 07 at ,~ ,, ~-\ - :f.,,,,,_ c;,. "-l JJf' .. -& /<' \ ~ $ ____ _ $ ____ _ (Unit Price in Words) Total amount of bid in words for Schedule "E": _________________ _ _ .. ~.,-. ~otal amount of bid in nu111bers for s.~h.ed~le "E": $ __________ _ Total amount of bid in words including Schedule "A", "B'', "C", "D" and Schedule "E": _____ _ Total amount of bid in numbers including Schedule "A", "B", "C", "D" and Schedule "E": $ ________ _ The basis of award will be the sum of Schedules "A" through "E". Price(s) given above are firm for 90 days after date of bid opening. ,r-. "-.~\\."_..,, .. r1\,""·~~ .,'\\, \_' ,,\:-. Addendum(a) No(s). _________ has/have been received and· i~ included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of 05ntract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 4 ~ \ \0\ "\. , classification 'A, C. \'l., ~\'!) which expires on \-2, \ -1 a \\i , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City {' •~ Revised 1 /30/13 Contract No. 6608 Page 21 of 156 Pages § 7028.1 S(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad · personally interested, directly or indirectly, in this C1:mtract, or the compensation to be paid he under; that no representation, oral or in writing, of the City Council, its officers, agents, or emplo es has inducted him/her to enter into this Contract, excepting only those contained in this form f 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 ca oration making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ___________ ...,..._(Cash, Certified Check,~ or Cashier's Check) for ten percent (10%) of the amount bid. C/ The Undersigned is aware of the provisions of section 370 of the Labor Code which requires every employer to be insured against liability for workers' co ensation or to undertake self-insurance in accordance with the provisions of that code, and a ees to comply with such provisions before commencing the performance of the work of this C tract and continue to comply until the contract is complete. The Undersigned is aware of the provisions o he 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 pro't· ions .. IF A SOLE OWNER OR SOLE CONT CTOR SIGN HERE: ( 1) Name under which business is nducted (2) Signature (given and surna e) of proprietor (3) Ptace of Business / (Street and Number) City and State---+------------------------ (4) Zip Code ---f------Telephone No. _____________ _ (5) E-Mail __ +-------------------- .~ ~, Revised 1/30/13 Contract No. 6608 Page 22 of 156 Pages ""'-·· § 7028.1 S(e}. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this C~mtract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is _____________ (Cash, Certified Check,~ or Cashier's Check) for ten percent (10%) of the amount bid. CY 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 .. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State ___________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail ____________________ _ ., f.~ Revised 1/30/13 Contract No. 6608 Page 22 of 156 Pages : . I , t . IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted ________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business _______________________ _ (Street and Number} City and State ________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail ____________________ _ IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted ------"'s"""-=~'"""\>,.~~=~ .......... Y'-..... ~""''------'~L..::..al~-"'-'-'-~'---=<,.__.._\ :l_..,,.>J~CL..-· __ 12 fi;/7 c2>_----'-l: __ . _d __ ~---------- (Signature) ?r e,s~ ~-e.n~ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of C.,o....\ ~'<: 'f\\ ~ (4) Place of Business .3~\ A)~-c-~ ~~~ h-,"Q..""\L~ ~ (S~eet an~umber) City and State G:scgn i; ~~-.. ~~1Y\,~ 1 (5) Zip Code ~ '1. ~ 'l.. '\ Telephone No. 1\-~ -C\ U. <\-~~% (6) E-Mail Y-, ~\<S ~ Sq\,)-.\.¼~~Q--~\I(\.~• C:,.~W\ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ft ~, Revised 1/30/13 Contract No. 6608 Page 23 of 156 Pages 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: R,~\l':~ ~\IL~, ~"~~~l.~i, ~"'; ~ '0Q.\)\,V\l St..c.~~-r\ ~-l-,. \ \\ .i_'c\."'~'\ l \J. f A "' Revised 1/30/13 Contract No. 6608 Page 24 of 156 Pages 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: R\~\t:~ t\'L~. \>t§.;~~~1. ' ~"'\ ~ ~~\l\inl S~c_,-~~ M..\,~:\_ \\.1._~'(\~\A l \).? \ A Q Revised 1/30/13 Contract No. 6608 Page 24 of 156 Pages J ·. f BID SECURITY FORM (Check to Accompany Bid) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of ________________________ _ _____________________ dollars($ ______ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER t *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.) 0 Revised 1/30/13 Contract No. 6608 Page 25 of 156 Pages BIDDER 1S BOND TO ACCOMPANY PROPOSAL NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LAN CONTRACT NO. 6608 KNOW ALL PERSONS BY THESE PRESENTS: That we, _____________ , as Principal, and -----t~------- as Surety are held and firmly bound unto the City of Carlsbad, California (must be at least ten percent (10%) of the bid amount) ___________ for which payment, well and truly made, we bind ourselves, our heirs, e ecutors and administrators, successors or assigns, jointly and severally, firmly by these presents THE CONDITION OF THE FOREGOING OBLIGATION IS sue that if the proposal of the above- bounden Principal for: NORTHWEST QUADRANT STORM D :A.IN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLA DRIVE AND LINDA LANE) CONTRACT N . 6608 .in the City of Carlsbad, is accepted by the City Co cil, and if the Principal shall duly enter into and execute a Contract including required bonds and · surance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null nd void; otherwise, it shall be and remain in full force ~ and effect, and the amount specified herein all be forfeited to the said City. ,,..,,/ the event Principal executed this bond as an individual, it is agreed that the death of Principal Q Revised 1 /30/13 Contract No. 6608 Page 26 of 156 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRrYE AND LINDA LANE) CONTRACT NO. 6608 KNOW ALL PERSONS BY THESE PHE:'S!:::NTS: LIBERTY MUTUAL That we, SOUTHLAND PAVING, INC. as Principal, and INSURANCE COMPANY I as Suroty are held and firmly bound unto the City of Carfsbad, California, in an amount as foilows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT oF GREATER AMouNT s10 for which payment, woll and truly mado, wo bind ourselves, our heirs, executors and administrators, success(,rs or assigns, Jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if tho proposal of the above- bounden Principal for: NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HJGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall .duly .enter into ano execute a Contract including roquired bonds and insurance policies within twenty (20) days from ti· date of award of Contract by the City Council of the City of Carlsbad, being duly notified of sa. awarrt, then this obligation shall become null and void; otherwise, it shall be and remain in full forc6 and effect, and the amount specttied heroin shall be forfeited to the said City. ln the event Principal e:xeeutad this bond as ari individual, it is agreed that the r1P-ath of Principa.l ft ~ Revised 1/30/13 Contract No. 6608 Page 28 of 156 Pages ' .. f V shall not exoneratH the Surety from its obligations un<1er this t,ond. Executed by PR!NCII 'Al. this 6TH day of --~M_A_R_C_H ____ , 20--1.1_,. PH/NCI PAL; SOUTHLAND P By. __ _._....,._.=--~'-"-"~------ (sign here) RICHARD FLECK (print name here) PRESIDENT (Title and Org n· .ati~nj}Signatory} Ry: . le,,{_ (sign here) DANIEL J. DEVLIN {print name here) SECRETARY (title and orgMization of signatory) Executed by SURE:"rY this 6TH day of MARCH 20~. SURE;TY: LIBERTY MUTUAL INSURANCE COMPANY (namo of Surety) ATTN: SURETY CLAIMS DEPARTMENT 1001 4TH AVENUE, SUITE 1700 SEATTLE, WA 98154 (address of Surety) ny.-..~c...:..,;;.--.-e....::.......:::-=;,,;;.r;...._; ___ _ (signature of Attorney-in-Fact) MARK D. IATAROLA, ATTORNEY-IN-FACT (printed name of Attomey-in·-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURE::7Y must be attached.) (President or vlce~president and secretary or assistant secretary must sign for corporations. If onlv one officer signs, the corporation rnu&i attach a resolution certified by the secretary or asslst.t: scc)retary unoer corporate seal empowering that officer to bind tl1e corporation.) APPROVED AS TO FORM: CELIA A. OREWE:R City Attorney 0+- Ry: __ n--=-........ o_ )--------=~------- As~~ey 0 Revised 1/30/13 Contract No. 6608 Page 2, of 156 Pages ACKNOWLEDGMENT State of California County of San Diego On 3/11/2014 before me, Linda L. Holibonich, Notary Republic (insert name and title of the officer) personally appeared Dan Devlin Secretary who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY 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~~~\-~. •@-ilBtr~-1 E -~fta18711 15 . -PlalO-CiU=oNa I ..... ' ,,;;oeoutnY I ·······•········~· .. mr..r. •••••. (Seal) ACKNOWLEDGMENT State of California County of San Diego On 3/11/14 before me, Linda L. Holibonich, Notary Republic (insert name and title of the officer) personally appeared Richard Fleck President who proved to me on the basis of satisfactory evidence to be the person(~ whose name(st) is/are subscribed to the within instrument and acknowledged to me that he/~executed the same in his/~mMlt authorized capacity(~. and that by his/~~k signature(~ on the instrument the person(s::), or the entity upon behalf of which the person(~ acted, executed the instru~~nt. I certify under PENAL TY OF PERJURY under the laws of the State of California that the fory_~oing paragraph is true and correct. · -r WITNESS my hand and official seal. Signature~"'-~ l -~ •••••••••••••••••••••••••••••••••••••• :@ LINDA L HOUBONICH : i COMM. #2028782 g 8 · mrM'f PUBUC-CAL.IFORtM :I : SAN DIEGOCOUNlY : II U.,Cm:1 illllan Elmll■-Qlt13/2017 .a "li••············••lli••············-· .. (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT :~~~~~~~~~~~~~~· ·~-~·-~~~~~~~~~.-~·· ·~"§\t~~'G. STATE OF CALIFORNIA County of ______ _cS..c...Ac.c....N;....cD::....l=E-"G-"O'---------} On 3/6/2014 before me, ---~M~IC~H=E=L=L=E~M=·~B~A=S=U=IL~, ~N=O~T~A~R~Y~P~U=B=L~IC~---- Date Here Insert Name and Title of the Officer personally appeared ____________ M_A_R_K_D_._IA_T_A_R_O_LA _____________ _ Name(s) of Signer(s) MICHELLE M. BASUIL COMM.• 2034911 c, NOTARY PUBLIC• CALIFORNIA(i) SAN DIEGO COUNTY ! My CllffllllilllOI &pillM Augull24. 2917 I Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the personfe, whose namefe, is/afe subscribed to the within instrument and acknowledged to me that he/shcl-U'ley executed the same in his/hcl'Ahcir authorized capacity~. and that by his/hcfl.thcir signaturefe, on the instrument the person(e,}, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature--':::?~ ~1. ~~ Signature of Notary Public / -----------OPTIONAL----------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: _B_ID_B_O_N_D __________________________ _ Document Date:~3~/6"'"/2=0""'1~4~---------------Number of Pages:_2 _______ _ Signer(s) Other Than Named Above: _________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA □ Individual D Corporate Officer-Title(s): ________ _ D Partner -D Limited D General li1 Attorney in Fact D Trustee D Guardian or Conservator D Other: _______ _ Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: _____________ _ □ Individual 0 Corporate Officer -Title(s):~-------- 0 Partner -0 Limited O General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: -------- Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ;)~,~~~~~~~~~~~~g,..~~"@<,~~~ © 2007 National Notary Association• 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 : s ' tHIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Poiw,; of Ati'orney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. • " Certificate No.~ American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company POWER OFATTORNEY KNO\/VN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Stale of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constttute and appoint, Deborah P Davis· Glenda J Gardner-Helen Maloney· John G Maloney· Mark D Iatarola· Michelle M Basuif all of the city of Escondido , state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obfigations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 16th day of August 2013 American Fire and Casualty Company The Ohio Casualty insurance Company Liberty Mutual Insurance Company West American Insurance Company c STATE OF WASHINGTON ss ~ f! COUNTY OF KING ·-cu i s, On this ...1fil!L day of August • 2013 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American t Cl> Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, 0 .2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer . ... !: .! _ IN WITNESS WHEREOF, I have hereunto subscribed my name and affixe"d my notarial seal at Seattle, Washington, on the day and year first above written. Q) cu -::, C cu 0 -~ ... Cl) 0 By: Kbet'~ KD Riley , NotPublic os c: cu This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance a;!:; Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: Q>U> cu e ARTICLE IV -OFFICERS-Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject .g> ,s to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seat, o C: acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective E -:. powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. \Mien so 0 I executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under -'-the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. '0 >-=; g ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, > ! and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, ,S ~ seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their Z u respective powers of attorney, shall have tun power to bind the Company by their Signature and execution of any such instruments and to attach thereto the seal of the Company. Wien so executed such instruments shalt be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal; acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually afftXed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy oflhe Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this6TH day of MARCH , 20..!i_. By:~4 David M. Carey;Assistant Secretary LMS_ 12873_092012 307 of 500 Company Profile '\\ Ci\LlfORrN1 '1it DEPARTMEIH OF INSURANCE Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group list lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information LIBERTY MUTUAL INSURANCE COMPANY 175 BERKELEY ST Old Company Names Agent For Service KASHONDA LAWSON BOSTON, MA 02116 800-526-1547 C/O CORPORATION SERVICE COMPANY 2710 GATEWAY OAKS DRIVE, SUITE 150N SACRAMENTO CA 95833 Reference Information I NAIC #: 1123043 I California Company ID #: II 1022-3 I Date Authorized in California: 1108/30/1929 Effective Date I I I I License Status: II UNLIMITED-NORMAL I I Company Type: II Property & Casualty I I State of Domicile: II MASSACHUSETTS I back to top NAIC Group List NAIC Group#: 0111 LIBERTY MUT GRP Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER Page 1 of2 https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyP... 4/24/2014 Company Profile back to top © 2008 California Department of Insurance SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Page 2 of2 https:/ /interactive. web.insurance.ca.gov/companyprofile/companyprofile?event=company P... 4/24/2014 GUIDE FOR COMPLETING THE uoESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder'', "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer'', "Own Organization", "Subcontractor'', and 'Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent {0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall ""'· be set forth and included as an integral part of the bid ofter. The Designation of Subcontractors fom1 must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental· provisions. The decision of the City Council shall be final. 0 Revised 1 /30/13 Contract No. 6608 Page 28 of 156 Pages ,, -· Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ft ~, Revised 1 /30/13 Contract No. 6608 Page 29 of 156 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR1S BID ITEMS (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM·2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND DA LANE) CONTRACT NO. 6608 The Bidder certifies that it has used the sub-bid of the fallowing list d subcontractors in preparing this bid for the Work and that the listed subcontractors will be us to perform the portions of the Work as designated in this list in accordance with applicable pr visions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting an Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor wil e allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the 1dder's total bid, or in the case of bids or offers for construction of streets and highways, includi bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whiche er is greater, and that no changes in the subcontractors listed work will be made except upon the rior approval of the Agency. Subcontractor's License No. and Classification* Page __ of __ pages of this Subcontractor Designation form Amount of Work by Subcontractor in Dollars* • Pu uant to section 4104 (a)(2)(A) California Public Contract Code. receipt of the infonnation preceded by an asterisk may be submitted 1-he '""'" "P to 24 ho"'s -tho -,,;,e lo, oobmlttiog ~ds con1,;ood • lh• "N°""' fm,ffjog Bkls." "'J Revised 1 /30/13 Contract No. 6608 Page 30 of 156 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 {VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to pertorm 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 Amount of Subcontractor's Work by Subcontractor Name and License No. and Subcontractor Portion of Work Location of Business Classification"' in Dollars* ( bi-w,-• ci.c Cw,-~, 1::;-fte,,. H-~ {) Co 'i?r"\; ::rt .:i·1 ('1-.\ et.,J c,_/l(J l,'\,vJ PtR{.\.W,.,. 'iJ,t:, . ' 13c'f I LS'S:-~)l .(G '-I·, ?r 'n. ''A 1l L9i' l (,1.r c~ f \-""\ (u l c;, (_ft l(,_o·Yl_ G,,c1ri\c -1)~, (Act< ( L /-,.~, . \ ""1 v\_, <-"t· (~7 i/v C:.r ~!,/ t' J ,.J c../. ,:.I'\~-{0•14,1C.1( -t/i,-. --ri ~/c (' en__ l(, ll -·q r>C /. C ' ru ' '_: -~ (, -· I li..'l eJc, 1 /,4 C/ l c./'i ] . I,•\. '--)CV Jr-·/ I"' I ! ' ~•lt• t---tc(..lc. to,i,_, 111''-'c" I Cl C -rf ( ;I-~, .. _:.-e1--i.c.See Atx ·-ii, Cff)ff1 ~ ' l .~c:,t~ \C\.', /)' t. t ec c /Aq 711/ I · \' (l:v '111,, L,1 ;;re -J. l c.\.q l'J\. c. "' ~rr: '( IT ( •--{/'-C\. l O,l \ ,! . I J/\ ;;:,1 ,,) . ' (, ' ~ '1 (:. 'f-·; 0-z.c. T, d St '{'(D l'::,; F.1 { (_: \ 0') ,·-;:\. cq_cu I ... ·•----- Page __ of __ pages of this Subcontractor Designation form • Pursuant to section 4104 (a)(2}(A) California Public Contract Code, receipt of the infonnation preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." 0 Revised 1/30/13 Contract No. 6608 Page 30 of 156 Pages • BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully pertormed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Olde CC)nt.-.Ct Completed Amount of ·eontract BIDDER'S CERTIFICATE OF INSURANCE FOR 0 Revised 1/30/13 Contract No. 6608 Page 31 of 156 Pages Page 1 of3 LARGEST SIX PROJECTS IN THE LAST FIVE YEARS PROJECT NAME: Sycuan Reservation (SRI) -$13,999.276.00 TYPE OF WORK: Construction Roadway Improvements: Grading, Wet & Dry Utilities, Retaining Walls, Surface Improvements. ORIGINAL SCHEDULED COMPLETION DATE: 12/31/2015 ACTUAL DATE OF COMPLETION: Still working LOCATION: 5408 Sycuan Road, El Cajon, CA 92019 OWNER: Sycuan Band of The Kumeyaay Nation ADDRESS: 2 Kwaaypaay Court, El Cajon, CA 92019 CONT ACT: Sid Morris, Director of Planning & Development PHONE: 619-997-0779 PROJECT NAME: Carmel Valley Road East Ph. I -Off-Site Grading Improvements -$5,462,939.00 TYPE OF WORK: Construction Street Improvements, Underground, Grading, Paving & Curb & Gutter, Traffic Control & Landscaping ORIGINAL SCHEDULED COMPLETION DATE: September 2013 ACTUAL DATE OF COMPLETION: August 2013 LOCATION: Carmel Valley Road, San Diego, CA OWNER: Pardee Homes ADDRESS: 6025 Edgewodd Bend Court, San Diego, CA 92130 CONT ACT: Robby l\1eacham PHONE: 619-520-9741 Page 2 of 3 LARGEST SIX PROJECT IN THE LAST FIVE YEARS (continued) PROJECT NAME: Menifee Town Center-$6,112,713.00 TYPE OF WORK: Construction Street Improvements, Underground, Grading, Paving & Curb & Gutter, Wet & Dry Utilities ORIGINAL SCHEDULED COMPLETION DATE: August 2014 ACTUAL DATE OF COMPLETION: Still Working LOCATION: Menifee, California OWNER: Stark Menifee Land, LLC ADDRESS: 27587 La Piedra Road, Menifee California CONTACT: Nick Biro PHONE: 310-806-9801 PROJECT NAME: 43 rd Street & Logan Ave. I National Ave. Intersection Improvements -$4,000,000.00 TYPE OF WORK: Construction Street Improvements, Underground, Grading, Paving & Curb & Gutter ORIGINAL SCHEDULED COMPLETION DATE: March 2012 ACTUAL DATE OF COMPLETION: On Going LOCATION: National Avenue Intersection, National City, Ca OWNER: City of San Diego ADDRESS: 600 B Street, Suite 600, San Diego, Ca CONT ACT: Miguel Huerta PHONE: 619-980-6508 Page 3 of 3 LARGEST SIX PROJECT IN THE LAST FIVE YEARS (continued) PROJECT NAME: Otay Lakes Road Widening -$3,072,075.00 TYPE OF WORK: Construction Roadway Improvements: Grading, Wet Utilities, Curb & Gutter Sidewalks Traffic Signals, Surface Improvements. ORIGINAL SCHEDULED COMPLETION DATE: April 2011 ACTUAL DATE OF COMPLETION: April 2011 LOCATION: East H Street, Chula Vista, Ca OWNER: City of Chula Vista ADDRESS: 276 4th A venue, Chula Vista, Ca CONT ACT: David White PHONE: 619-247-7847 LARGEST SIX PROJECT IN THE LAST FIVE YEARS (continued) PROJECT NAME: General Electric Company -4,294,402.00 TYPE OF WORK: Construction Roadway: Grading, Surface Improvements, and Storm Drain ORIGINAL SCHEDULED COMPLETION DATE: 8/31/09 ACTUAL DATE OF COMPLETION: 8/09/09 LOCATION: Romoland, Ca OWNER: General Electric Company ADDRESS: Romoland, Ca CONTACT: Lewis Sweney PHONE: 951-928-5950 GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE w, LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: CY Comprehensive General liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. 0 Revised 1/30/13 Contract No. 6608 Page 32 of 156 Pages • Client#· 18521 SOUTPAVI ACORD™ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYYI 6/06/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES _ BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED "" REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMe~"' Doug Shea Barney & Barney ri:1gNJ:o Extl: 858-587-7501 I r:,~ Nol: 858-909-9682 P.O. Box 85638 E-MAIL -~DDRESS: CA License #OH18131 INSURER(SI AFFORDING COVERAGE NAIC# San Diego, CA 92122 INSURER A : Old Republic General Insurance 24139 INSURED INSURERS: Southland Paving, Inc. INSURERC: 361 N. Hale Avenue Escondido, CA 92029 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1cc-.c~--------------------------------·---~--==--~~~=~-------·-----------------1 \'."TS: TYPE OF INSURANCE ~~~L ~'bR\ POLICY NUMBER 1:Slo'%~ l1:2iit~1 j LIMITS A GENERAL LIABILITY -X X A1CG06691300 09/01/2013 09/01/20141>-1 EA_C_H_O_C_CU_R_RE_N_CE __ --+-$1~'•_•00_0~0_0_0 __ ---t X COMMERCIAL GENERAL LIABILITY -:=J CLAIMS-MADE ~ OCCUR ------------ ------------GEN'L AGGREGATE LIMIT APPLIES PER 7 POLICY ~ ~f,9T n LOC ~ AUTOMOBILE LIABILITY X ANYAUTO -ALLOWNED ...... AUTOS HIRED AUTOS - ~ SCHEDULED __________ AUTOS NON-OWNED _ AUTOS UMBRELLA LIAB H OCCUR EXCESS LIAB CLAIMS-MADE x x A1CA06691300 OED I I RETENTION $ i A WORKERS COMPENSATION x A 1 CW06691300 AND EMPLOYERS" LIABILITY y I N ANY PROPRIETOR/PARTNER/EXECUTIVE r.-:7 OFFICER/MEMBER EXCLUDED? LliJ N / A (Mandatory in NHI If yes, describe under DESCRIPTION OF OPERATIONS below I ~~r,f?.H9E~~JJrPencel $ 300 000 MED EXP (Any_one0p __ e_rs_on~)_,_$_1_0~,0_0_0 ______ .. ______ __ PERSONAL & ADV INJURY $1,000 000 GENERAL AGGREGATE $2,000 000 PRODUCTS -COMP/OP AGG $2,000,000 $ 09/01/2013 09/01/201"1 ~~~~~~~~t?NGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE -_/Per accident) ----------t f-'E~A-'--C_H =OC"--C'--'U"-R-'--RE=N--'C-"E __ +-'-$ _________ _ AGGREGATE $ 09/01/2013 09/01/20141 X im:RiT,~W;:._ I i~JH- EL EACH ACCIDENT s1 000 000 EL DISEASE • EA EMPLOYEE $ 1 000 000 EL DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS/ VEHICLES (Attach ACORD 101, Additional Remarl<s Schedule, If more space Is required) Re: NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013, BID NO. PWS14-29UTIL, PROJECT NO. 6608. The City of Carlsbad, its officials, employees and volunteers are named as additional insured hereunder as respects liability arising out of activities performed by or on behalf of the Named Insured. Coverage under this policy shall be primary insurance as respects the City, its officials, employees and volunteers. Waiver of Subrogation applies to the GUAuto/WC policies. CERTIFICATE HOLDER CANCELLATION City of Carlsbad, Public Works SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN '" Purchasing Department ACCORDANCE WITH THE POLICY PROVISIONS. ... Attn: Kevin Davis 1635 Faraday Avenue AUTHORIZED REPRESENTATIVE Carlsbad, CA 92008-7314 Y."f~ I © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S70340/M42921 MACK INSURED: Southland Paving, Inc. POLICY#: A1CA06691300 POLICY PERIOD: 0910112013 TO 0910112014 COMMERCIAL AUTO CA04440310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSltESS AUTO COVERAGE FORM BUSlt-ESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to ooverage provided by this endorsement, the provisions of the Coverage Form apply unless modi• fled by the endorsement. This endorsement changes the policy effective on the inception date ofthe policy unless another date is indicated below. SCHEDULE Name(s) or Person(s) Or Organlzatlon{s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS. THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY lnforrnalion reauired lo comolete this Schedule, if not shown above will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organizatlon(s) shown In the Sche<:1u1e, but only to the extent that subrogation is waived prior to the "ac- cident'' or the "loss" under a contract with that person or organization CA04440310 Cl Insurance Services Office, Inc., 2009 Page 1 of 1 Wollers Kluwer Financial Services I Uniform Fonns1" INSURED: Southland Paving, Inc. POLICY#: A1CA06691300 POLICY PERIOD: 0910112013 TO 0910112014 COMMERCIAL AUTO CA204802 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGECOv~RAGEFORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organil.ation(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Countersigned By: BARNEY & BARNEY, LLC (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s) : Any person or organization where the named insured has agreed by written contract executed prior to the date of the accident, to provide additional insured status to such person or organization. (If no entry appears above, inf onnation required to complete this endorsement will be shown in the Declarations as applicable to the endorsement. ) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the eAient that person or organization qualifies a'i an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Fonn. CA 20480299 © Insurance Services Office, Inc., 1998 INSURED: Southland Paving, Inc. POLICY#: A1CG06691300 POLICY PERIOD: 0910112013 TO 0910112014 COIVIVIERCIAL GENERAL LIABILITY CG 20380413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -AUTO MA TIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT This endorsement modifies insurance provided under the follONing: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. section II -Who Is An Insured iS amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organi.zation(s) 1s an additional insured only with respect to liablity for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Yol.l' acts or omissions; or b. The acts or omissions of those acting on your behalf in the performance of yotr ongoing operations for the additional insured. However, the insurance afforded to such additional insured descnbed at:ove: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organizatiorls status as an additional insured under this endorsement ends when your operations for the person or organization described in Paragraph 1. above are completed. B. Wrth respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury'' arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring Of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which ca.used the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. 2. "Bodily 1nJury" or "property damage" occurring after: a. 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 of the covered operations has been completed; or CG 2038 0413 © Insurance Services Office. Inc, 2012 Page 1 of 2 b. That portion of ''your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. c. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits or Insurance: The most we wiO pay on behalf of the additional insured is the amount of insurance: 1. Required tf)' the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page2of2 ~ Insurance Services Office, Inc., 2012 CG 2038 0413 INSURED: Southland Paving, Inc. POLICY#: A1CG06691300 POLICY PERIOD: 0910112013 TO 0910112014 COIIIEFICIAL GENERAL LIABILnY CG24040509 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement 110dlfles Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COv'ERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCIEDULE Name Of Person Or Organization: ANY PERSON QR 0?.GJI.NIZATION THAT R3QUIRES YOU TO WJ':I.IVE YOUR RIGHTS OF RECCVERY, IN A W?..ITTEN CONTRACT 0.:{ ACREEM3NT WIT:i THE NAMED INSUR3:.> '!'HAT T.'.'! F.XF',CUTR, p-:.:roR TO "T'HF' ;i;ccrnF'NT OR T,OSS. Information reaulred 10 comolete thlS Schedule If not shown abOve will aa shown In the Declarations. The following Is added to Paragraph 8. Transfer Of Fights Of Flecowery Againsl Others To Us of Section IV -Concilions: Wo W:livo any right of recovery we rmy havo against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done Lnder a contract with that person or organization and inclLded in the ''products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG24040509 o Insurance Servloos Cffloo, Inc., 2008 Page 1011 INSURED: Southland Paving, Inc. POLICY#: A1CG06691300 POLICY PERIOD: 0910112013 TO 0910112014 COMNERCIAL GENERAL UASIUTY 0025030509 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorserrent modifies Insurance provided unoor the foDowing: COMMEOOIAL GENERAL LIABILllY COVERAGE PART SCtEOULE Deaignatad COMl'uetion ProjBcl(s}: A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM. lnforrmtion reaiiired to comotete this schedule if not shown aboVe will be shown in the Declarations. A. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A. and for all medical expenses caused by accidents under Section I -Coverage C, which can be attributed only to ongoing operations at a single designated cons1ruction p-oject shown in lhe Schedule above: 1. A $eparate Designated Construction Projeet General Aggregate Litnit applies to each designated oonstructlon p-Ojcct, and that llmit is equal to the amount of the General Aggregate Limit shown In the Declarations. 2. The Designated Construction Project General Aggregate Limit Is the most we will pay tor the sum of all damages under Coverage A, except damages because of i,odily injury" or "property damage'' included in the ·prooucts- completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a Insureds; b. Claims rmde or "sutts· brought; or c. Persons or organlzatiol'\S making claims or bringing ''suits•. 3. MJ payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General~ Limit for any other designated construction project shown In the Schedule above. 4. The limi1s shown in the Declarations for Each Occurrence. Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shOWO in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG25030509 @ Insurance Services Clfice, Inc., 2000 r,ag.1 of2 8. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I-Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which cannot be attributed only to ongoing operations at a single designated construction p-oject shown in the Schedule above: 1. Any i::eyrrents made under Coverage A for damages or under Coverage Cfor medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations tiazard" is provided, any pay rrents for damages because of 'bodily inJury" or "prol)3rty damage'' included in the "products-completed operations hazard" will reduce the Products-completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Propel General Aggregale Limit. D. If the applicable designated construction project has been abandoned, celayed, or abandoned and then restarted, or if the authorizoo contracting parties devia1e from plans, blueprints, designs, specifications or ti!T'Ctabtos, the prOjcci will still be deerred to be the same construction project. E. The provisions of Section Ill -Limits a lnsuranoo not otherwise modified by this eridorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 INSURED: Southland Paving, Inc. POLICY#: A1CA06691300 POLICY PERIOD: 0910112013 TO 0910112014 OLD REPUBLIC GENERAL INSURANCE CORPORATION AMENDMENT OF OTHER INSURANCE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM Section IV -Business Auto Conditions, 8. -General Conditions, 5. -Other Insurance. a. is replaced by the following: a. For any covered "auto· you own, this Coverage Form provides primary insurance. However, if there is other collectible insurance, the insurance provided by this Coverage Form with respect to such covered auto, is excess over such other collectible Insurance. For any covered ·auto· you don't own. the insurance provided by th IS Coverage Form is excess over any other COiiectibie insurance. However, While a covered "auto" which is a irailer" is connected to another vehiele, the Liability coverage this Coverage Form provides tor the ·trailer" is: (1) Excess while it is connected to a motor vehide you do not own; (2) Primary while it is connected to a covered ''auto" you own. However, if there is other collectible insurance with respect to such "trailer,· the insurance provided by this Coverage Form is excess over such other collectible insurance. AUTHORIZED REPRESENTATIVE DATE CA EN GN 0019 09 06 INSURED: Southland Paving, Inc. POLICY#: A1CG06691300 POLICY PERIOD: 0910112013 TO 0910112014 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWlNG: COMMERCIAL GENERAL LlA8 lLITY COVERAGE FORM Name of Additional Insured Person{s) Or Organization{s;: As required by written contract Location(s) of Covored Operations Information required to completeihis Schedule, if not shown above, will be shown tn the Declarations. Th~ Insurance provided by this ern:lorsement is primary insurance and we win not seek contrlbutbn from any other insurance of a like kind avaHab!e to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown 1J1 the scher.lule above for the same operalkln and job lo:::atian. It so, we will share with that other insurance by the method describe{! in paragraph 4.c. of Section IV -Commercial General Liability Conditions, All other terms and conditions remain unchanged. CG EN GN 0029 09 06 INSURED: Southland Paving, Inc. POLICY#: A1CW06691300 POLICY PERIOD: 0910112013 TO 0910112014 OLD REPUBLIC GENERAL INSURANCE CORPORA TlON WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: OORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule w-iEN REQUIRED BY WRITTEN CONTRACT. The premium charge for this endorsement is $0.00 AUTHORIZED REPRESENTATIVE DATE WC 99 0315 (09/06) INSURED: Southland Paving, Inc. POLICY#: A1CG06691300 POLICY PERIOD: 0910112013 TO 0910112014 CONIJERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name or Addttlonal Insured PefSon{sJ Or Oraanlzationtsl Location And DeseriDtion Of Comnleted O_,,..ions WHERE REQUIRED BY WRITTEN CONTRACT. BUT ONLY WHERE REOUIREO BY WRITTEN CONTRACT, BUT ONLY WHEN COVERAGE FOR COMPLETED OPERATIONS IS WHEN COVERAGE FOR COMPLETED OPERATIONS IS SPECIFICALLY REQUIRED SY THAT CONTRACT SPECIFICAU. Y REOUIREO BY THAT CONTRACT. Information reauired to comnlete this Schedule if not shown above will be shown in the Declarations. A. Section II -Who Is An Insured ,s amended to include as an additional insured the person(s) or organization(s) soown in the Schedule, but only with respect to liability for "bodily inJUIY" or "property damage" caused, tn woole or In part, t:,y ''your work" at 1he location designated and described in the Schedule of this endorsement performed for that additional insured and included 1n the "products-completed operations hazard". However: 1. The lnsl.l'ance afforded to st.dl additional insured only applies to the extent permitted by law;and 2. If coverage provided to the additional insured is required by a contract or ai;,eement, the insurance afforded to such additional insured will not be broader than that which you are required by the oontract or ag-eement to provide for such additional insured B. Vwth respect to the insurance afforded to these additional insureds, the following is added to Section 111-Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional Insured is the amourt of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less This endorsement shall not 1ncreal!le the applicable Limits of Insurance shown ,n the Declarations. CG20370413 © Insurance Services Office, Inc, 2012 Page 1 of 1 BIDDER1S STATEMENT RE DEBARMENT (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2} It 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 debar- ments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: (sign here} R,~r~ \-\\.c_~, Yt~~~~~"'.\ {print name/title) Page __ of __ pages of this Re Debarment form 0 Revised 1 /30/13 Contract No. 6608 Page 33 of 156 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed ithin 10 years of the date of the alleged violation. Any questions concerning a contractor may be r: ferred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 5826. 1) Have you ever had your contractor's license suspended or revoked y the California Contractors' State license Board two or more times within an eight year period X yes no 2) Has the suspension or revocation of your contractor's Ii nse ever been stayed? ~ yes no 3) Have any subcontractors that you propose t perform any portion of the Work ever had their ~. contractor's license suspended or revoked b the California Contractors' State license Board two ~ or more times within an eight year period? X yes no 4) Has the suspension or revocati of the license of any subcontractor's that you propose to perform any portion of the Wor ver been stayed? yes no 5) If the answer to either 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date o and violation that the disciplinary action pertain to, describe the nature of the violation and th isciplinary action taken therefore. (If eded attach additional sheets to provide full disclosure.) Page __ of __ pages of this Disclosure of Discipline form ,._,I. ft "' Revised 1/30/13 Contract No. 6608 Page 34 of 156 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X 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? X 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 0 Revised 1/30/13 Contract No. 6608 Page 34 of 156 Pages • BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED} (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) (sign here) ~,~~~~ 't\~\: (~~\~~ ~it"'+ (print name/title) \ Page __ of __ pages of this Disclosure of Discipline form 0 Revised 1/30/13 Contract No. 6608 Page 35 of 156 Pages I , . ' t I NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 The undersigned declares: I am the tt es; ~v,\-of&-....\.\\,..,._\. fo.\\ie.~h~ 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 ..3 -\\ , 20.1.i.-at GS< ~r.\.i~city], -~'--[state]. J~ Signature of Bidder ft ~ Revised 1/30/13 Contract No. 6608 Page 36 of 156 Pages \ ) • BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 6) If the answer to either of 2. or 4. above is yes fully identify, in ea and every case, the party who's discipline was stayed, the date of the violation that the isciplinary action pertains to, describe the nature of the violation and the condition (if any) u on which the disciplinary action was stayed . (If needed attach additional BY CONTRACTOR: ~~~ Page __ of __ pages of this Disclosure of Discipline form #It '-J Revised 1/30/13 Contract No. 6608 Page 35 of 156 Pages ' ,• I I '~1 .,. '1111Jtlt iJI' " I ACKNOWLEDGMENT State of California County of San Diego • W.. on 3/11/2014 before me, Linda L. Holibonich, Notary Republic (insert name and title of the officer) personally appeared Richard Fleck President who proved to me on the basis of satisfactory evidence to be the person(~ whose name(~ is/are subscribed to the within instrument and acknowledged to me that he/~executed the same in his/~tv'ffit!ilt authorized capacity(~, and that by his/~~ signature(Sll) on the instrument the person(s:), 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. Si~nature i~ ~ ~-~ (Seal) ···························••.::.••· .. ·1 !:@ UNDA L. HOLIBON_... : COMM. #2028782 'E: ' IICffARY PUBUC .CALlfONM fj . • SAN DIEGO COUN1Y I Cu:a.ilNltn Of/1"2017 1 ...... it ••••••••• 'it.-: .............. . \ r / 'I A') CITY OF ,, -~~ CARLSBAD Contract Administration www.carlsbadca.gov March 5, 2014 ADDENDUM NO. 1 RE: NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 BID NO. PWS14-29UTIL, CONTRACT NO. 6608 Please ir,clude the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. ~ /4/Sf2-~ ~~DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 CITY OF CARLSBAD NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM (Valley Street-East Side, Highland Drive and Linda Lane) CONTRACT NOS. 6608 BID NO. PWS14-29UTIL Addendum No. 1 From: Sherri Howard, Project Manager Phone: (760) 602-2756 Fax: (760) 602-8562 Email: Sherri.Howard@carlsbadca.gov No. of Pages: 9 sheets plus 3 sheets from Appendix K (including this page) Date: March 5, 2014 Bid Opening Date: March 11 2014 2:00 pm (unchanged) Table of Contents Page 6 of 156 add the following: TECHNICAL SPECIFICATIONS SECTION 01360 -PRECONSTRUCTION AUDIO-VIDEO DOCUMENTATION Pages 12-21 CONTRACTOR'S PROPOSAL Replace Bid Schedule A and E. Bid Schedule A added a bid item for pre construction audio visual documentation. Bid Schedule E increased the quantity of cross gutter to be removed and replaced to include the entire cross-gutter to the northerly spandrel. . Page 111 of 156. add the following Utility Relocations not Shown on Plans and as Required by Engineer Per General Provisions Section 3-3 (Bid Item No. A-5) Stipulated Lump Sum-The contract stipulated lump sum price paid per Section 3-3 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 per Section 3-3 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. Preconstruction Audio-Video Documentation (Bid Item A-6) Lump Sum -The contractor The contract unit price paid for this bid item shall constitute full compensation to perform a preconstruction audio visual per Section 01360. Appendix K Geotechnical Reports Remove and replace the Boring Log Explanation Sheet, USCS Method of Soil Classification and Boring Log Boring No. MW-1 with the attached sheets. Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page 1 of 9 CITY OF CARLSBAD NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 City Council City of Carlsbad CONTRACTO~SPROPOSAL 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 all the work to complete Contract No. 6608_in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" GENERAL Approximate Quantity Item No. Description And Unit A-1 Mobilization (not to exceed LS 15% of the total of contract items) at (Price in Words) A-2 Storm Drain Pollution Control at (Price in Words) A-3 Potholing and Coordination at (Price in Words) Utility Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 LS LS Unit Price (Figures) $ ____ _ $ ____ _ $ ____ _ Total Amount (Figures) $ ____ _ $ ____ _ $ ___ _ Page 2 of 9 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-4 Utility Relocations Not Shown Stipulated $ 10,000 $ 10,000 on Plans and as Required by Amount Engineer per General Provisions Section 3-3 at (Price in Words) A-5 Record Drawings at LS $ $ (Price in Words) A-6 Preconstruction Audio Video LS $ $ Documentation at (Price in Words) Total amount of bid in words for Schedule UAJJ: ------------------------------- Total amount of bid in numbers for Schedule "A":$ ----------- Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page 3 of 9 SCHEDULE "E" LINDA LANE Item No. E-1 Description 18" RCP Storm Drain Pipe at (Unit Price in Words) E-2 12" PVC C-900 Storm Drain Pipe at (Unit Price in Words) E-3 1 0" PVC C-900 Storm Drain Pipe at (Unit Price in Words) E-4 4" PVC C-900 Storm Drain at (Unit Price in Words) E-5 4" Perforated Subdrain at (Unit Price in Words) E-6 24"x24" Grated Brooks Box Inlet at (Unit Price in Words) E-7 Type A4 Storm Drain Cleanout (SDRSD D-9) at (Unit Price in Words) E-8 Type 85 Storm Drain Cleanout (SDRSD D10) at (Unit Price in Words) Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Approximate Quantity and Unit 490 LF 215 LF 100 LF 26 LF 224 LF 4EA 3EA 2EA Unit Price (Figures) $ ____ _ $ ____ _ $ ____ _ $ ____ _ $ ____ _ $ ____ _ $ ____ _ $ ____ _ Total Amount (Figures) $ ___ _ $ ___ _ $ ___ _ $. ___ _ $. ___ _ $ ___ _ $ ___ _ $. ____ _ Page 4 of 9 Item No. E-9 E-10 E-11 E-12 E-13 E-14 E-15 Approximate Quantity Description and Unit Connect to Existing Storm 1 EA Drain at (Unit Price in Words) Trench Resurfacing (GS-26) at 855 LF (Unit Price in Words) Demo and Replace Cross 800 SF Gutter to northerly spandrel per SDRSD G-12 at (Unit Price in Words) Trench Shoring (up to 1 O') at 855 LF (Unit Price in Words) Signing and Striping at LS (Price in Words) Traffic Control at LS (Unit Price in Words) Cut-Off Wall per SDRSD SP-3EA 07 at (Unit Price in Words) Total amount of bid in words for Schedule "E": Unit Price (Figures) $ ____ _ $ $ $ $ $ $ Total Amount {Figures) $ ____ _ $ $ $ $ $ $ ---------------- Total amount of bid in numbers for Schedule "E": $ ---------- Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page 5 of 9 Total amount of bid in words including Schedule "A", "B", "C", "D" and Schedule "E": _____ _ Total amount of bid in numbers including Schedule "A", "B", "C", "D" and Schedule "E": $ ________ _ The basis of award will be the sum of Schedules "A" through "E". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number ___________ , classification _______ which expires on __________ , and that this statement is true and correct and has the legal effect of an affidavit. Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page 6 of 9 SECTION 01360 PRECONSTRUCTION AUDIO-VIDEO DOCUMENTATION PART 1 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 regularly 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. PART2 MATERIALS A. Recording Equipment 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. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page 7 of 9 8. Recording Media Utilize a high resolution DVD with extended still frame capability. PART3 EXECUTION A. COVERAGE 8. C. D. 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. 1. 2. 3. 1. 2. 3. AUDIO CONTENT Simultaneously record audio content during videotaping. Audio recording shall assist in viewer orientation and in any needed identification, clarification, or description of features being recorded. Audio recording shall only consist of camera operator commentary. INDEXING Permanently label each DVD with a sequential number and the project name. 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. 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. CONDITIONS 1. Record coverage during dry, clear weather and during daylight hours only. Contract No. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page 8 of 9 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. 6608/Bid No. PWS14-29UTIL Addendum No. 1 Page 9 of 9 (/) w ....I ti' a. ~ ~ <( ::c (/) --,_ C: :!!:~ ..J Iii ·c: 0 ==r1 -1 >-- X -t-] -, - 5---I --I -- \ --u -I-- 15--t- u:- ~ CJ I-e:, 0 !!.,.. ....I 0 w ~ 0 !:!:: 0::: :::, ci5 m ~ ~ I-z (/) w >- 5 0 (/) ....I m ~ >-0:: 0 XX/XX z 0 i= ' <( (/) CJ ' _CJ LI. ' -(/) (/) ' (/) :::, :5 CJ 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. SM MAJOR MATERIAL TYPE (SOIL): Solid line denotes unit change. ,_ ---------~~-~ -ci.--Dashed line denotes matenal change. - ~ I I I I 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 sohd line that is drawn at the bottom of the boring. -) \ -============!:======!:=================================::::::::1 ,_. BORING LOG Explanation of Boring Log Symbols PROJECT NO. I DATE I Rev. 11/11 FIGURE U.S.C.S. METHOD OF SOIL CLASSIFICATION MAJOR DIVISIONS 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 SIL TS & CLAYS Liquid Limit >50 HIGHLY ORGANIC SOILS GRAIN SIZE CHART RANGE OF GRAIN CLASSIFICATION U.S. Standard Grain Size in Sieve Size Millimeters BOULDERS Above 12" Above305 COBBLES 12" to 3" 306 to 76.2 GRAVEL 3"toNo.4 76.2 to 4.76 Coarse 3" to 3/4" 76.2 to 19.1 Fine 3/4" to No. 4 19.1 to4.76 SAND No. 4 to No. 200 4.76to0.D75 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 0.420to0.D75 SILT&CLAY Below No. 200 Below0.075 SYMBOL TYPICAL NAMES I!: !":t: ii Well graded gravels or gravel-sand mixtures, little or !"''"''' aw :::~•;:,, no fines , ••• .-..c: •••• -·Ill!•~ •-: .. ..... ~ ..... ........... • • • 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 ~~Ts) '~).' SC Clayey sands, sand-clay mixtures :r-~;, I½ ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with slight plasticity CL Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays OL Organic silts and organic silty clays of low plasticity MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts 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 70 60 0 PLASTICITY CHART V V / / CH V / V I/~ I/ CL V MH&OH ~ V V / " ~ CL-• L ~ ML&OL I/' I o ~ ~ ~ ~ ro ~ ro ~ ~ ~ LIQUID LIMIT(LL), % U.S.C.S. METHOD OF SOIL CLASSIFICATION Updated Nov. 2011 Cl) w ....I a. U:-:!;: ~ u z ~ <( t-e:. 0 Cl) 0 ~ i== . ~ 0 ~ ....I w 0 <( Cl) LL 0:: u· --w ID -U J: ~ :::> :!;: LL . I-t-z -Cl) 'l. Cl) w >-Cl) . JJ ~c 0 0 0 Cl) Cl) :::> 0 -!'.! ....I :5 ~-c: ID :!;: >-0 0:: u 0 5 50/3" 8.9 119.0 10 50/6" 11.9 106.3 5014" 8.6 120.2 DATE DRILLED 10/24/12 BORING NO. MW-1 GROUND ELEVATION SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (CME-55) (Scott's Drilling) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP SAMPLED BY NMM LOGGED BY NMM REVIEWED BY DESCRIPTION/INTERPRETATION ASPHALT CONCRETE: roximatel 5.5 inches thick. VERY OLD PARALIC DEPOSITS: Reddish brown, moist, loose to medium dense, silty SAND; trace gravel. Dense. Very dense. Yellowish brown; coarser sand. 30" FOM 15-1--i--1------+---4---lillo.Wol>---------+--~-~-~~----------------------------ll Total Depth = 15 feet. Groundwater not encountered during drilling. Well installed shortly after drilling on 10/24/12. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. BORING LOG NORTIIWEST QUADRANT STORM DRAIN PROGRAM (LINDA LANE) CARLSBAD, CALIFORNIA PROJECT NO. DATE FIGURE 107390002 12/12 A-I CONTRACT PUBLIC WORKS This agreement is made this ~ l\0-day of J uf'f{t , 20.!£t, by and between the City of Carlsbad, California, a municipal corpotion, (hereinafter called "City"), and Southwest Paving, Inc., a California corporation whose principal place of business is 361 North Hale Avenue, Escondido, California 92029 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, 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; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be ~.. done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any '1.-, information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground ,, •+r' Revised 1 /30/13 Contract No. 6608 Page 37 of 156 Pages conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in ·the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. ft ~ Revised 1/30/13 Contract No. 6608 Page 38 of 156 Pages Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also def end and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests 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's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In .addition, ·the auto policy must cove.r.any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (8) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. ft Q Revised 1/30/13 Contract No. 6608 Page 39 of 156 Pages (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official _publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 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 City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 --~ et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the 0 Revised 1/30/13 Contract No. 6608 Page 40 of 156 Pages false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. , \\,\ I have read and understand all provisions of Section 11 above. ~ init ~ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, 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 City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1 , commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 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. ,_ 0 Revised 1/30/13 Contract No. 6608 Page 41 of 156 Pages ACKNOWLEDGMENT State of California County of ---"S __ a __ n ......... D .... ie .... a"""o'---________ __,) On ~ -IQ-JY before me, Brenda D. Phillips. Notary Republic (insert name and title of the officer) personally appeared Daniel Devlin, Secretary/ Vice President , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that hetsl'loltl'loy executed the same in his,tl'lorltl'loir authorized capacity(ies), and that by his/l'lofAl'loir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ACKNOWLEDGMENT State of California County of _....;S::;.;a_n.a..=D=ie""'g1.ao;...._ ________ __J) On _ ___._&JB'-·--_/0=----"/'-. ~-----before me, Brenda D. Phillips. Notary Republic (insert name and title of the officer) personally appeared Richard Fleck, President , who pr~>Ved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helsl'leltl'ley executed the same in hisll'lerltf=leir authorized capacity(ies), and that by his/l'lerltf=leir signature(s) on the instrument the person(s), or the entity upon behalf of wt,ich the person(s) acted, executed the instrument. ✓r I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: By: __ --""'-----=---,~--1e:.......,,._ ____ _ ign here) CITY OF CARLSBAD a municipal corporation of the State of CD By: :1j4« May Dao ,e-\ U-l_\) b' n ,Soosel:att, J/, P. (print name and titre} ' President or vice-president and secretary or assistant secretary must sign for corporations. It 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 City Attorne By: ft ~ Revised 1/30/13 Contract No. 6608 Page 42 of 156 Pages j CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the persoo.(srwhose name'8@are- subscribed to the within instrument and acknowledged to me that ~ executed the same in ~r authorized capaci~ and that by ~ir signat~ on the instrument the perso~, or the entity upon behalf of which the persOfltSf acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS Signature: -l..a,,£.4--1,,,0._.,.~~fLt,~""'~"""----=::__~'---- 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 D?c~ent: Document Date: _W---=c....i_-'---l .__.'-"-',__-J..--+.1---::-+-----,.----+.-,--..,,....---~...,.....- Signer(s) Other Than Named Above: ----'---'1-1----"'-'-~~"------\-----'-"--'___,=,.___""'--'~'--------'--=-A-----\----wc:.-¥--'"-""'..'.........l---- Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ □ Corporate Officer -Title(s): ----~--- □ Individual RIGHT THUMBPRINT OF SIGNER □ Partner -□ Limited □ Gen,~rat Top of thumb here □ Attorney in Fact □ Trustee ,,,.~ .. •"' □ Guardian OJ,2b~servator □ Other: ,,,/ ,,,__ _______ _ ~er Is Representing: ___ _ Signer's Name: ------------:--- □ Corporate Officer -Title(s): ____ ______,,,,__ __ □ Individual □ Partner -□ Limited □ Attorney in Fact □ Trustee Signer Is Representing: ___ _ RIGHT i HUMBPRINT OF SIGNER Top of thumb here © 2010 National Notary Association• NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 ,, EXECUTED IN TRIPLICATE BOND NO. 024044754 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City Councfl of the City of Carlsbad, State of California, by Resolution No, 2014- 109, adopted June 3, 2014, has awarded to Southland Paving, Inc. (hereinafter designated as the "Principal"), a Contract for: NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 In the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad 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, _so_UT_H_L_A_N_D_P_A_V_IN_G __ , _IN_C_. ------------ as Principal, (hereinafter designated as the 11Contractor''), and LIBERTY MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad ln the sum of FIVE HUNDRED FIFTY EIGHT THOUSAND ONE HUNDRED SEVENTY EIGHT AND 00/100 Dollars ($ 558,178.00 ), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, 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 OBLlGATION 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 empfoyees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, ln case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court conslstent wlth California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of trme, 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. ,., •11i' Revised 1/30/13 Contract No. 6608 Page 43 of 156 Pages . ACKNOWLEDGMENT State of California County of ___ Sa....._n..,.D ... i ... eao......., ________ _,) On --~--..... /() __ -..... / ..... L....,/ ___ before me, Brenda P, Phflllps. WC,tan Rcoulllic (insert name aod title of the officer) personally appeared Daniel Devlin. Sec:,ata,y I Vice President . who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that hafeh&Mla¥ executed the same in his.Char#leir authorized capacity(ies). and that by his/llar.t1'air signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted. executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 1!·•································••11: =@"· BRENDA 0. PHUIPS 5 'Ii: . : . COMM. #2015804 g 13 : . NOTARY PU9LIC • CALl'ORNll !!1 -.. ; SAN DIEGO~ 5 ! •••••. :z~.e:t.':~~ ••••••••• ACKNOWLEDGMENT State of California County of _...,S_,a=-n~D:;,;'l_·eg.._o _________ ...J} On-~-"--· ..... -/ .... t..__~_J_~_.__ ____ before me, Brenda D. Phillips. Notary Republic (insert name and title of the officer) personally appeared Richard Fleck, President . who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that heifehollha¥ executed the same in his.Ct:ler#loir authorized capacity(ies), and that by his/Aor.flliloir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ·-"" WITNESS my hand and official seal. ture To~sealJ ----------·--- - 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 9TH day of JUNE 20J.!... CONTRACTOR: RICHARD FLECK (print name here) DANIEL J. DEVLIN (prtnt name here} SECRETARY {title and organization of signatory) Executed by SURETY this 9TH day of JUNE 20~. SURETY: LIBERTY MUTUAL INSURANCE COMPANY lname ot Surety) ATTN: SURETY CLAIMS o'§PARTMENT 1001 4TH AVENUE, SUITE 1700 SEATTLE WA 98154 (address of Surety) 800/763-9268 (telephone nwmber of Surety) By: /1wu-o(~ (signature of Attorney-in-Fact) MARK D. IATAROLA, ATTORNEY.IN-FACT {printed name of Attorney-in-Fact) (attaoh corporate-resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attaohed.) (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.) I APPROVED AS TO FORM: CELIA A. BREWER City Attom~ n IJ ~ By· ~ · AsstfuitcityAitomey ~ f"-.> Revised 1 /30/13 Contract No. 6608 Page 44 of 156 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA Countyof ______ S_A_N_D_IE_G_O ________ } On 6/9/2014 before me MICHELLE M. BASUIL. NOTARY PUBLIC ' -----'-'--'-'-=-'-==H;.,;,e'-'rec,.;1-'-ns=ert-Na'""m'-'-e=a'--'nd~T=-'citlc-<e"'"'of_,,,th..,_e'"=o.;.,,ffi-"ce=r ==------Date personally appeared ____________ M_A_R....,.K,-D_ . ....,.IA..,...T....,.A=R,---O...,..LA,--____________ _ Name(s) of Signer(s) Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the personfej whose namefej is/afe subscribed to the within instrument and acknowledged to me that ho/sl'leltl-ley executed the same in his/l=lerltl=leir authorized capacity~, and that by hiG/l=lerAl'leir signaturefej on the instrument the personfs,, 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. SignaturM~ ¼. · £~ Signature of Notary Public,, -----------OPTTONAL----------- 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: LABOR AND MATERIALS BOND Document Date:-=6'--'/9'""/2=0=--1'-4'------------------Number of Pages:_2 _______ _ Signer(s) Other Than Named Above: __________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA □ Individual D Corporate Officer-Title(s): ________ _ D Partner -D Limited D General [if Attorney in Fact D Trustee D Guardian or Conservator □ Other: ______ _ Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: _____________ _ D Individual D Corporate Officer-Title(s):~-------- 0 Partner -D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: -------- Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ;,~~~~~~~'®~~~~~~~~~g~ © 2007 National Notary Association• 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 i THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6571257 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are-corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Glenda J. Rooney; Helen Maloney: John G. Maloney: Mark D. Iatarola: Michelle M. Basuil all of the city of Escondido , state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer cir official of the Companies and the corporate seals of the Companies have been affixed thereto this 8th day of May ..1Q.!L. American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company C STATE OF PENNSYLVANIA ~ ; COUNTY OF l'v()NTGOMERY ss ! 5, On this ~ day of May ~. before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and <, a, Casualty Company, Liberty Mitual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, o 3 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer . .. ftl a, > IN WITNESS WHEREOF, I have hereunto s =-Cl) ftl _:::s -"O c·-.r I ~..,, \ os \2 c ca This Power of Attorney is made and executed1t of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance ti!: Company, Liberty Mutual Insurance Company,··· Insurance Company which resolutions are now in tun force and effect reading as follows: o,cn ca CP ARTICLE IV -OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chainnan or the President, and subject 01 .. t: _Sc to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, o acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective E ti powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. VVhen so ~ 1a executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under ;:, the provisions of this article may be revoked at any time by the Board, the Chainnan, the President or by the officer or officers granting such power or authority. ca g ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, > ! and subject to such Rmitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, o S seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obRgations. Such attorneys-in-fact subject to the limitations set forth in their u respective powers of attorney, shall have full power to bind the Company by their signalwe and execution of any such instruments and to attach thereto the seal of the Company. VVhen so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a fun, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 9TH day of JUNE 20_1_4 __ LMS_12873_122013 By:_~-~-----~,------Gregory W. Davenport, Assir.t11nt Secretary 47 of 100 EXECUTED IN TRIPLICATE BOND NO. 024044754 PREMIUM: $4,922.00 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.2014•109, adopted June 3, 2014, has awarded to Southland Paving, Inc., (hereinafter designated as the "Principal"), a Contract for: NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, an<l other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SOUTHLAND PAVING INC. , as Principal, (hereinafter designated as the "Contractor''), and LIBERTY MUTUAL INSURANCE COMPANY ____________ , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of FIVE HUNDRED FIFTY EIGHT THOUSAND ONE HUNDRED SEVENTY EIGHT AND 00/100 --------------,------------Dollars ($ 558,178.00 ). said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, Its successors and assigns; for which payment, well and truly to be made, we bind ourselves, .our heirs, executors and administrators, successors or assigns, jointly and severafly, 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 au things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise It shall remain In full force and effect. As a part of the obligatlon secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, Including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition ~o 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. l'\ .-i.,-Revised 1/30/13 Contract No. 6608 Page 45 of 156 Pages ACKNOWLEDGMENT State of California County of _ _;S:.aa=n.:..:D.:.;ie,__q'""'o:;....._ _____ ..__ __ __,) before me,. Brenda D. Phillips. Notary Republic ' ·_ (insert.name and title of the officer) personally appeared Richard Fleck. President , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that heJshe/they executed the same in his,'heF.'their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ACKNOWLEDGMENT State of California County of __ S __ a=n......,.D~ie;;;.g_o"--________ __,) On _.....,~--~J~O,.__"'~/_L/..__ ____ before me, Brenda D. Phillips, Notary Republic (insert name and title of the officer) personally appeared Daniel Devlin. Secretary/ Vice President , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he,'she/they executed the same in his,'heF.'their authorized capacity(ies), and that by his/heF.ttheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. -r I certify under PENAL TY 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~~Seal) ·- ln 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 9TH day of ___ J'---'U_N_E ___ _, 20.!L... CONTRACTOR: SOUTHLAND PAVING, INC. By: ---."""'"l_na ....... d""'-:-+-g-ac=to-r) --- ,-(sign here) RICHARD FLECK (print name here) PRESIDENT (Title and Organization of Signatory) By, . Jtf J!it DANIEL J . DEVLIN (print name here) SECRETARY (Title and Organization of signatory) Executed by SURETY this _......;;.9T.;..;H..;..__ day of JUNE 20~ SURETY: LIBERTY MUTUAL INSURANCE COMPANY (name of Surety) ATTN: SURETY CLAIMS DEPARTMENT 1001 4TH AVENUE, SUITE 1700 SEATTLE, WA 98154 (address of Surety) 800/763-9268 (telephone number of Surety) By. /1 wd. olu- (signature of Attorney-In-Fact) MARK D. IATAROLA, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) {Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one offlcer 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 :Atto~ AssfstantCity.Attomey ft! ~, Revised 1/30/13 Contract No. 6608 Page 46 of 156 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT :~~~~~~~~~~'§<;,~~~~~ STATE OF CALIFORNIA County of ______ ..=.S_;_A:;__;N:....:D=--=l=E-=-G-=-O'----------} On 6/9/2014 before me MICHELLE M. BASUIL. NOTARY PUBLIC ' -----'-'"'"'-=o..=~He~re'-"1c'-ns=ec.c..rt.;-';Na'-"m"""'e=a.,_nd,,.;T='it;...,le_,_,of""th_,_e'"=o,;.,ffi,..,,ce'"'r==------Date personally appeared ____________ M_A_R--:-K.,....D_.--,-IA..,...T....,.A=R_O---,-LA-,---____________ _ Name(s) of Signer(s) Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is/afe subscribed to the within instrument and acknowledged to me that ho/sl=le~l=tey executed the same in his/l=ler-Al=teir authorized capacity~, and that by his/l=leF/~l=leir signature~ 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. Signature 1vi ~ n.. • /j()A~ Signature of Notary Public ------------OPTTONAL------------ 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: FAITHFUL PERFORMANCE/WARRANTY BOND Document Date: ~6.c.c/9=/2=0=-1'-4'------------------Number of Pages:_2 _______ _ Signer(s) Other Than Named Above: __________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA □ Individual D Corporate Officer -Title(s): ________ _ D Partner -D Limited D General fi1 Attorney in Fact D Trustee D Guardian or Conservator D Other: ______ _ Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: _____________ _ □ Individual D Corporate Officer -Title(s):'----------- D Partner -D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: -------- Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Jc<.>~<. ... ~"§<.'§:{:,~«,'Q.<,~~~'Q(;.~~~~~~~~ © 2007 National Notary Association• 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313•2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1·800--876-6827 c,; THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. Tb.is Power cf Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6571256 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company POWER OF ATTORNEY KNOv\lN ALL PERSONS BY THESE PRESENTS: Thal American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a co,poration duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Glenda J. Rooney; Helen Maloney; John G. Maloney; Mark D. Iatarola: Michelle M. Basuil all of the city of Escondido state of CA each individually if there be more than one named, its true and lawful attorney-in-fact lo make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and au undertakings, bonds, recognizances and other surety obligations, In pursuance of these prasents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or officia of the Companies and the corporate seals of the Companies have been affixed thereto this 8th day of May , 2Q!L. American Fire and Casualty Company The Ohio casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company Cl> By: Cl) --:::;,...,:,:=--,1...:..-....,.,..,o:;.---------~ -C C STATE OF PENNSYLVANIA ss n, = ; COUNTY OF MONTGOMERY : S ~ a, Onthis~dayof May , 2014 before me personaffy appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and "'t- u Cl> Casualty ColTlpany, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, ;~ o .3 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ... ns EE ·~ ! IN WITNESS WHEREOF, I have hereunto sub and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. 0 0. ~ C_CJ1/:Mt)Hifi1:'A(Th0i' 0EM4\WL';,;N,A ~ ~ ~ ~ r ll ·v\ By: 11 P N Pu .. "0 ~. j' l ,:,:r,:nLs:u: eresa astella, otary blic !e ; ~:o ;· o~e 'I' \. 'g '; This Power of Attorney is made and execut~ , 1 rity of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance ~ : & i Company, Liberty Mutual Insurance Company, Insurance Company which resolutions are now in full force and effect reading as follows: = : ns ! ARTICLE IV -OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject O c l .! to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, a-II) O .5 acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the Hmitalions set forth in their respective :;:; I E o; powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so =j ! o. ,V executed, such Instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under > ..., .. the provisions of this article may be revoked at anytime by the Board, the Chairman, the President or by the officer or officers granting such power or authority. II) i :5! ~ ;N ii g ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, E Ci> > f and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, .!:: ~ o !3 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the Nmitations set forth in their ~ Ci> Z u respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 8 ~ executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 Cf F..-Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casually Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 9TH day of JUNE , 20 14 By:_~_....,,,_.___~··-.,_,_.._ ____ _ Gregory W Davenport, /\ssistant Secretary LMS_12873_122013 46 of 100 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and ___________________________ whose address is ____________________________ h,ereinafter called "Contractor" and ______________________ whose address is ______________________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 1 0 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow. Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. ft {.1 Revised 1/30/13 Contract No. 6608 Page 47 of 156 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the def a ult, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title ----..:..F.:.:..IN.:.:..A=N=C=E:..:D::..:.l...:.R=EC=-T.:..;:O:..:R...,._ ___ _ Name ----------------- Signature _______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title ________________ _ Name ________________ _ Signature _______________ _ Address _______________ _ For Escrow Agent: Title _________________ _ Name ________________ _ Signature _______________ _ Address _______________ _ At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ft '-1 Revised 1/30/13 Contract No. 6608 Page 48 of 156 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: ft ~ Revised 1/30/13 Title ----=M=A:....:.Y_,__O:..:....:R __________ _ Name ----------------- Signature ______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title ________________ _ Name ----------------- Signature ______________ _ Address _______________ _ Title _______________ _ Name ________________ _ Signature ______________ _ Address _______________ _ Contract No. 6608 Page 49 of 156 Pages GENERAL PROVISIONS FOR NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise 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. 0 Revised 11/24/10 Contract No. 6608 Page 50 of 156 Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -The City of Carlsbad, California. Agreement -See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract-The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum {which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. 0 Revised 11/24/10 Contract No. 6608 Page 51 of 156 Contractor -The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor'' shall mean Contractor. Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer -A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer -A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. ft Q Revised 11/24/10 Contract No. 6608 Page 52 of 156 Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on ~-_ which the Contract time will start. ,.._I Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -The Engineer's designated representative for inspection, contract administration and first level for informal dispute 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. Standard Specifications -The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". ft '-J Revised 11/24/10 Contract No. 6608 Page 53 of 156 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. 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. ft \iJ Revised 11/24/10 Contract No. 6608 Page 54 of 156 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon D ............................................................... Load of pipe ABAND ...................................................... Abandoned dB ................................................................... Decibels ABS ....................... Acrylonitrile -butadiene -styrene DBL. .................................................................. Double AC ..................................................... Asphalt Concrete OF ............................................................... Douglas fir ACP .......................................... Asbestos cement pipe DIA ................................................................. Diameter ACWS ..................... Asphalt concrete wearing surface DIP ...................................................... Ductile iron pipe ALT ................................................................ Alternate DL ................................................................ Dead load APTS ................................. Apartment and Apartments DR ..................................................... Dimension Ratio AMER STD .................................... American Standard OT ................................................................. Drain Tile AWG ............... American Wire Gage (nonferrous wire) DWG ............................................................... Drawing BC ................................................... Beginning of curve DWY .............................................................. Driveway BCR ....................................... Beginning of curb return DWY APPR ................................... Driveway approach BORY ............................................................ Boundary E ....................................................................... Electric BF ..................................................... Bottom of footing EA ........................................................................ Each BLDG ........................................ Building and Buildings EC ............................................................ End of curve BM ............................................................ Bench mark ECR ................................................. End of curb return BVC ................................... Beginning of vertical curve EF ................................................................ Each face B/11'/ ........................................................... Back of wall EG ......................................................... Edge of gutter CIC ..................................................... Center to center EGL ................................................. Energy grade line CAB ...................................... Crushed aggregate base El ................................................................... Elevation CAUOSHA ........... California Occupational Safety and ELC ...................................... Electrolier lighting conduit Health Administration EL T ........................................................ Extra long ton CalTrans ....... ,California Department of Transportation ENGR ....................................... Engineer, Engineering CAP ................................... Corrugated aluminum pipe EP ................................................... Edge of pavement CB ............................................................. Catch Basin ESMT ............................................................ Easement Cb ........................................................................ Curb ETB ........................................... Emulsion-treated base CBP ............................... Catch Basin Connection Pipe EVC ............................................... End of vertical curb CBR ........................................ California Bearing Ratio EWA .............................. Encina Wastewater Authority CCR ............................. Califomia Code of Regulations EXC ............................................................ Excavation CCTV ............................................... Closed Circuit TV EXP JT ................................................ Expansion joint CES .......................... Carlsbad Engineering Standards EXST ............................................................... Existing CF ................................................................. Curb face F ................................................................. Fahrenheit CF ................................................................ Cubic foot F&C .................................................. Frame and cover C&G .................................................... Curb and gutter F&I .................................................. Furnish and install CFR ................................ Code of Federal Regulations FAB ............................................................... Fabricate CFS ......................................... Cubic Feet per Second FAS ............................................... Flashing arrow sign CIP ......................................................... Cast iron pipe FD ............................................................... Floor drain CIPP ................................................ Cast-in place pipe FON ........................................................... Foundation CL ............................................. Clearance, center line FED SPEC .................................. Federal Specification CLF ..................................................... Chain link fence FG ......................................................... Finished grade CMB ............................... Crushed miscellaneous base FH ............................................................. Fire hydrant CMG ......................................... Cement mortar-coated FL .................................................................. Flow line CML ............................................. Cement mortar-lined FS ...................................................... Finished surface CMWD .................... Carlsbad Municipal Water District FT-LB ......................................................... Foot-pound CO ................................................... Cleanout (Sewer) FTG ................................................................. Footing COL ................................................................. Column FW ............................................................ Face of wall COMM ...................................................... Commercial G ............................................................................ Gas CONC ............................................................ Concrete GA ..................................................................... Gauge CONN ........................................................ Connection GAL ............................................... Gallon and Gallons CONST ................................... Construct, Construction GALV ......................................................... Galvanized COORD ...................................................... Coordinate GAR ............................................ Garage and Garages CSP ........................................... Corrugated steel pipe GIP .............................................. Galvanized iron pipe CSD ................................ Carlsbad Standard Drawings GL. ........................................ Ground line or grade line CTB ............................................ Cement treated base GM ............................................................... Gas meter CV ............................................................. Check valve GNV ............................................... Ground Not Visible CY ............................................................... Cubic yard GP ................................................................. Guy pole ft Q Revised 11/24/10 Contract No. 6608 Page 55 of 156 GPM ............................................... gallons per minute PCC ........................ Portland cement concrete or point GR ..................................................................... Grade of compound curvature 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 PCVC ....................... Point of compound vertical curve PE ............................................................ Polyethylene Pl .................................................. 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 ID ......................................................... Inside diameter INCL .............................................................. Including INSP ............................................................ Inspection INV ...................................................................... Invert PVT R/W ....................................... Private right-of-way Q ......................... Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius IP ................................................................... Iron pipe R&O .......................................................... Rock and oil JC .................................................... Junction chamber JCT ................................................................. Junction JS .................................................... Junction structure JT .......................................................................... Joint L. ....................................................................... Length LAB ............................................................. Laboratory R/W .......................................................... Right-of-way RA ....................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ............................... Reclaimed asphalt pavement RBAC .............................. Rubberized asphalt concrete RC ............................................... Reinforced concrete LAT ................................................................... Lateral RCB ....................................... Reinforced concrete box LB ...................................................................... Pound LO ...................................................... Local. depression ·LF ............................................................... Linear foot RCE ...................................... Registered civil engineer HCP ...................................... Reinforced.concrete pipe RCV ............................................ Remote control valve LH ................................................................ Lamp hole REF ............................................................. Reference LL. .................................................................. Live load REINF .............................. Reinforced or reinforcement LOL. ............................................................ Layout line RES .............................................................. Reservoir LONG ....................................................... Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) AGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR .................................................................. Railroad LS ................................................................ Lumpsum L TS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX .............................................................. Maximum RSE ............................. Registered structural engineer RTE ................................... Registered traffic engineer S ................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD .............................................................. Storm drain MGR ........................................... Middle of curb return MEAS ............................................................ Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ...................................................... Miscellaneous MOD .................................................. Modified, modify SDNR ............................. San Diego Northern Railway SOR ........ 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 MON ........................................................... Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) SF .............................................................. Square foot SFM ................................................ Sewer Force Main MTBM ......................... Microtunneling Boring Machine MULT ............................................................... Multiple MUTCD ..... Manual on Uniform Traffic Control Devices SI ...................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for MVL ............................................... Mercury vapor light Public Works Construction NCTD .............................. North County Transit District NRCP ............................. Nonreinforced concrete pipe SSPWC ............................. Standard Specifications for Public Works Construction OBS ............................................................... Obsolete oc ································································on center ST HWY ................................................. State highway STA ................................................................... Station OD .................................................... Outside diameter STD ............................................................... Standard OE ............................................................. Outer edge OHE ................................................. Overhead Electric OMWD .................. Olivenhain Municipal Water District STA ................................................................. Straight STA GR ................................................. Straight grade STRUC ......................................... Structural/Structure OPP ............................................................... Opposite SW ................................................................. Sidewalk ORIG ............................................................... Original SWD ..................................................... Sidewalk drain PB .................................................................... Pull box PC .................................................... Point of curvature SY ............................................................. Square yard 0 Revised 11/24/10 Contract No. 6608 Page 56 of 156 T ................................................................. Telephone VAR .................................................... Varies, Variable TAN ................................................................ Tangent VB ................................................................. Valve box TC .............................................................. Top of curb VC ........................................................... Vertical curve TEL ............................................................. Telephone VCP .................................................. Vitrified clay pipe TF .......................................................... Top of footing VERT ............................................................... Vertical TOPO ....................................................... Topography VOL ................................................................. Volume TR ........................................................................ Tract VWD ....................................... Vallecitos Water District TRANS ......................................................... Transition W ....................... Water, Wider or Width, as applicable TS ......................... Traffic signal or transition structure WATCH .............. Work Area Traffic Control Handbook TSC ............................................ Traffic signal conduit WI ............................................................ Wrought iron TSS ........................................... Traffic signal standard WM ........................................................... Water meter TW .............................................................. Top of wall WPJ ........................................... Weakened plane joint TYP ................................................................... Typical XCONN ............................................. Cross connection UE ............................................... Underground Electric XSEC ...................................................... Cross section USA ................................... Underground Service Alert 1-3.3 Institutions. Abbreviation Word or Words AASHTO ................. American Association of State Highway and Transportation Officials AISC ................................................................... American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................. American Railway Engineering Association ASTM ............................................................. American Society for Testing and Materials AWPA ................................................................. American Wood Preservers Association AWS ......................................................................................... American Welding Society AWWA ...................................................................... American Water Works Association FHWA ............................................................................. Federal Highway Administration GAi ................................................................................. Geosynthetic Research Institute NEMA ........................................................ National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL ..................................................................................... Underwriters' Laboratories Inc. USGS ............................................................................. United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be 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. 0 Revised 11/24/10 Contract No. 6608 Page 57 of 156 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbrev1at1ons} 1 mil (=0.001 in) ................................................................................... 25.4 micrometer (µm) 1 inch ~in) .............................................................................................. 25.4 millimeter (mm) 1 inch in) .............................................................................................. 2.54 centimeter ~cm) 1 foot ( t) ............................................................................................... 0.3048 meter (m 1 yard (yd) ............................................................................................ 0.9144 meter (m 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (tt\c··············································································· 0.0929 square meter (m!) 1 square yard 1yd ) ............................................................................... 0.8361 square meter (ir, ) 1 cubic foot (ft"} .................................................................................... 0.0283 cubic meter (m ) 1 cubic yard (yd3} •.•.•.......•••..••......•.••••...•..•••..•..•......•..•.••.••••.••••.........•.• 0.7646 cubic meter (m3) 1 acre ................................................................................................... 0.4047 hectare (ha} 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) ............................................................................. 29.5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (02) ................................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ............................................................... 0.9072 Tonne (= 907 kg) 1 Poise ................................................................................................. 0.1 pascal· second (Pa· s) 1 centistoke (cs) ................................................................................... 1 square milli~eters per 1 pound force (lbf) ................................................................................ /t.f3;i~~~s(N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ................................................................ 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ...................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) .............................. , ............... 1.3558 Watt (W) 1 part per million (ppm) ........................................................................ 1.milligram/liter (mg/L} Temperature Units and Abbreviations Degree Fahrenheit (°F): ....................................................................... Degree Celsius (°C): °F = (1.8 x °C} + 32 ······································ ........................................ °C = (°F -32)/1.8 Common! Used in Both S stems Common Metric Prefixes 3 kilo (k) ................................................................................................... 10 ~~re~~::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: 1g:: micro (µ) ............................................................................................... 10-6 nano (n) ............ ············· ································ .................. ·········· ........... 10·9 pico (p) ................................................................................................. 10·12 1-5 SYMBOLS ~ L % ' " I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line ~ '-J Revised 11/24/10 Contract No. 6608 Page 58 of 156 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 construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or otters 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 otherwise 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 411 0 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 ft Q Revised 11/24/10 Contract No. 6608 Page 59 of 156 Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 1 0 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 City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be 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 of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. ft '-J Revised 11/24/10 Contract No. 6608 Page 60 of 156 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. ...J' 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 all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 1 0 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, Carlsbad 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 Carlsbad Drawing No. DWG 457-4F and consists of nine sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent 0 Revised 11/24/10 Contract No. 6608 Page 61 of 156 editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract 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 of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a cont lict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. ft Q Revised 11/24/10 Contract No. 6608 Page 62 of 156 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. 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 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. ·~ The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's 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 · corporated into this Project, is in compliance with the Contract Documents, can be installe · the all at d paces, and is submitted for approval." Title: Pre..s I de11t Date: k-{Q~ I¼ Company Name: Sou lh \ o.nd 0 Revised 11/24/10 Contract No. 6608 Page 63 of 156 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wirin Dia rams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Si nal 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 otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include alt manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: · 1) 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. ft Q Revised 11 /24/1 O Contract No. 6608 Page 64 of 156 6) 7) 8) Concrete mix designs per 201-1.1. Asphalt concrete mix designs per 203-6.1 . 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 systems, 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 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 otherwise 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 provided by the Agency. Unless otherwise 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. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. ft Q Revised 11/24/10 Contract No. 6608 Page 65 of 156 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 resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" 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 earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the 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-1 0 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 comers and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. ft "J Revised 11/24/10 Contract No. 6608 Page 66 of 156 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©, <&> Spacing <3>, <&> (Within) @ Street Centerline SDRS M-10 S1000', Street Intersections, Begin and end of on street 0.02' Monument curves, only when shown on the plans centerline Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, lath -lntervisible, s 50' on tangents at clearing line 1 ' Horizontal painted line & s 25' on curves, Painted line -continuous on PCC&AC surfaces Slope RP+ Marker lntervisible and s 50' Grade Breaks 0.1' Vertical & Stake &S25' Horizontal Fence RP+ Marker s 200' on tangents, s 50' on curves when NIA 0.1' Horizontal Stake R:2'. 1000' & 25' on curves when Rs 1000' ( constant offset) Rough Grade Cuts RP+ Marker S50' NIA 0.1' Vertical & or Fills :2'.10 m Stake Horizontal (33') Final Grade RP+ Marker s 50' on tangents & curves when R~ 1000' & ~22' "la" Horizontal & 114" (includes top of: Stake, Blue-s 25' on curves when R ~ 1000' Vertical Basement soil, top in grading subbase and area base) Asphalt Pavement RP, paint on s 25' or as per the intersection grid points edge of "la" Horizontal & 114" Finish Course previous shown on the plan whichever provides the pavement, Vertical course denser information paving pass width, crown line & grade breaks Drainage RP+ Marker intervisible & s 25', beginning and end, BC & as appropriate "la" Horizontal & l4" Structures, Pipes Stake EC of facilities, Grade breaks, Alignment Vertical &similar breaks, Junctions, Inlets & similar facilities, Facilities©, <v Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker s 25', BC & EC, at ¼A, 1/2.1. & '"A on curb ( constant "la" Horizontal & 'l4" Stake returns & at beainning & end offset) Vertical Traffic Signal <D Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & RP+ Marker at each pole & controller location as appropriate %" Horizontal & 'l4" Controller <D Stake Vertical Junction Box <D RP+ Marker at each junction box location as appropriate %" Horizontal & ''4" Stake Vertical Conduit <D RP+ Marker s 50' on tangents & curves when R~ 1000' & as appropriate %" Horizontal & when Stake s 25' on curves when R s 1000' or where depth cannot be grade s 0.30% measured from existing pavement 114" Vertical Minor Structure <D RP+ Marker for catch basins: at centerline of box, ends of as appropriate ;jla" Horizontal & 114" Stake+ Line box & wings & at each end of the local Vertical (when vertical Stake depression ~ data needed) Abutment Fill RP+ Marker ~ 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Stake+ Line Horizontal Stake 0 Revised 1112411 0 Contract No. 6608 Page 67 of 156 Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing®, (6) Spacing ~. (6) (Within) @ Wall <D RP+ Marker s 50' and at beginning & end of: each wall, BC as appropriate l4" Horizontal & l4" Stake+ Line & EC, layout line angle points, changes in Vertical Point +Guard footing dimensions &/or elevation & wall Stake heioht Maior Structure @ Footings, Bents, RP+ Marker 1 0' to 33' as required by the Engineer, BC & as appropriate vis" Horizontal & l4" Abutments & Stake+ Line EC, transition points & at beginning & end. Vertical Wingwalls Point +Guard Elevation points on footings at bottom of Stake columns Superstructures RP 1 0' to 33' sufficient to use string lines, BC & as appropriate vis" Horizontal & l4" EC, transition points & at beginning & end. Vertical Elevation points on footings at bottom of columns Miscellaneous @ Contour Grading RP+ Marker S50' along contour 0.1' Vertical & <D Stake line Horizontal Utilities <D, (!) RP+ Marker s 50' on tangents & curves when R~ 1000' & as appropriate "la" Horizontal & 14" Stake s 25' on curves when R s 1000' or where Vertical arade< 0.30% Channels, Dikes RP+ Marker intervisible & s 100', BC & EC of facilities, as appropriate 0.1' Horizontal & '4" & Ditches <D Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities Signs <D RP+ Marker At sign location Line point 0.1' Vertical & Stake+ Line Horizontal Point +Guard Stake Subsurface RP+ Marker intervisible & s 50', BC & EC of facilities, . as appropriate 0.1' Horizontal & l4" Drains <D Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities, Risers & similar facilities Overside Drains RP+ Marker longitudinal location At beginning & 0.1' Horizontal & l4" <D Stake end Vertical Markers <D RP+ Marker for asphalt street surfacing s 50' on tangents At marker I 4" Horizontal Stake & curves when R~ 1000' & s 25' on curves location(s) when R < 1000'. Railings & RP+ Marker At beginning & end and s 50' on tangents & at railing & "la" Horizontal & Barriers <D Stake curves when R ~ 1000' & s 25' on curves barrier Vertical when R s 1000' location(s) AC Dikes <D RP+ Marker At beginning & end as appropriate 0.1' Horizontal & Stake Vertical Box Culverts 1 O' to 33' as required by the Engineer, BC & as appropriate "la" Horizontal & 'l4" EC, transition points & at beginning & end. Vertical Elevation ooints on footinas & at invert Pavement RP 200' on tangents, 50' on curves when at pavement '4" Horizontal Markers© R 2: 1000' & 25' on curves when R s 1000'. marker For PCC surfaced streets lane cold joints will location(s) suffice <D Staking for feature may be omitted when adJacent marker 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 Q) Perpendicular to centerline. © Some features are not necessarily parallel to centerline but are referenced thereto @ Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature @ ;;: means greater than, or equal to, the number following the symbol. s 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. ft Q Revised 11124110 Contract No. 6608 Page 68 of 156 All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(8) S St k C I C d f C t f St k" urvey a e o or o e or ons rue 10n a mg Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centerline, White/Red alianments, etc. Vertical Control Bench marks White/Oranae Clearing Limits of clearina Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow grade, etc. Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, stonn Blue drains slope protection, curbs. outters, etc. Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railinas, barriers, liahting, etc. Orange * Flagging and marking cards, 1f used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner recorcjs, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. ft '1J Revised 11 /24/1 O Contract No. 6608 Page 69 of 156 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation 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 Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to 0 Revised 11/24/10 Contract No. 6608 Page 70 of 156 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 writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work ,"""\ covered by a Contract Unit Price and constructed in conformance with the Plans and ,,...,, Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the .~ Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct .....,,; ft "' Revised 11 /24/1 O Contract No. 6608 Page 71 of 156 the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. 0 Revised 11/24/10 Contract No. 6608 Page 72 of 156 The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. ( d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or 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 substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials . . . . . .. . . . . . . . . . .. . . .. . .. . . . . 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 ,.,." To the sum of the costs and markups provided for in this section, 1 percent shall be added as ft ~, Revised 11/24/10 Contract No. 6608 Page 73 of 156 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 Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 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 Ill disposal site in accord- ance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. 0 Revised 11/24/10 Contract No. 6608 Page 74 of 156 If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7 .3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are 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 a d agrees that this potential claim, unless resolved, must be restated as a claim in response he City's osed final estimate in order for it to be further considered." By: -~----=1-----,j'--',,,£~...-,,::;.;._____ Title: 8-es 1de11t Date:-~----,___,_______ R1 Cha c& E7eti J L Company Name: So lA+b'a nJ Pa,U t 10!31 JJJQ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to ft '-J Revised 11/24/10 Contract No. 6608 Page 75 of 156 reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or· request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 1 0 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or ft '-J Revised 11/24/10 Contract No. 6608 Page 76 of 156 specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of ft Q Revised 11/24/10 Contract No. 6608 Page 77 of 156 both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 ( commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. ft 'IJ Revised 11 /24/1 O Contract No. 6608 Page 78 of 156 If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and ~ testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports ,,.""' required by the Engineer. No material or equipment shall be shipped nor shall any processing, .. _ 0 Revised 11/24/10 Contract No. 6608 Page 79 of 156 fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use 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 testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and 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 testing 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 certification. 0 Revised 11/24/1 0 Contract No. 6608 Page 80 of 156 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or 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 Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will ~ not exceed 2 percent for any setting nor 1.5 percent for any batch. ....,,,,,l ft "J Revised 11/24/10 Contract No. 6608 Page 81 of 156 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in 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 investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investiga- tive costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs ft Q Revised 11/24/10 Contract No. 6608 Page 82 of 156 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 substantiate a contradiction without q.,.,i.;il' assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradic- tion, the initiator of the investigation shall bear all investigative costs. All claim notifica- tion requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7 .2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at 0 any time during the Work. SECTION 5 -UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full :) ft Q Revised 11/24/10 Contract No. 6608 Page 83 of 156 compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the .costs of repair or replacement of any utility damaged if located as noted in Section 5-1 . When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6. Utilities 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. ft ~ Revised 11/24/10 Contract No. 6608 Page 84 of 156 After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the ':) Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the 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 construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other :) parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for 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 Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. 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 .... _; ft Q Revised 11/24/10 Contract No. 6608 Page 85 of 156 identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. 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 otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2.1 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.2 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.3 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 information 0 Revised 11/24/10 Contract No. 6608 Page 86 of 156 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, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.4 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.5 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.6 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency ·~ supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.7 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confinning 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 confonning to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.2 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. ~ ft Q Revised 11/24/10 Contract No. 6608 Page 87 of 156 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.5 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all 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 incurrec;j by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, 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 time and location of bi-weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, ''The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's 0 Revised 11/24/10 Contract No. 6608 Page 88 of 156 Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. :) 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise 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 Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete ·~ the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a ,.._; ft Q Revised 11/24/10 Contract No. 6608 Page 89 of 156 combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or '" equipment on standby for any reason that the Contractor has determined to be caused by the ft "J Revised 11 /24/1 O Contract No. 6608 Page 90 of 156 Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the. time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 2!!! hundred (100) 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 acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. 2. 3. 4. 5. 6. Saturday, Sunday, any day designated as a holiday by the Agency, 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- tion, any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1 , any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. """" 0 Revised 11/24/10 Contract No. 6608 Page 91 of 156 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perfonn this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time 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 Nine Hundred Dollars ($900.00). Such sum is liquidated dam~ges and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that Nine Hundred Dollars ($900.00)per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or *' , negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. 0 Revised 11/24/10 Contract No. 6608 Page 92 of 156 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or 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 Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 1 O of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' com- pensation or to undertake self-insurance in accordance with the provi- sions of that code, and I will comply with such provisions before com- mencing the performance of the work of this contract." 0 Revised 11/24/1 O Contract No. 6608 Page 93 of 156 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain 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. 7-6 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. ft ~, Revised 11/24/10 Contract No. 6608 Page 94 of 156 The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her "'~ sole discretion, are necessary to preserve the health, safety and welfare of the public. ,_, 0 Revised 11/24/10 Contract No. 6608 Page 95 of 156 Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be 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 all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of 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 Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 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. ft ~, Revised 11/24/10 Contract No. 6608 Page 96 of 156 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a 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 existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the ~ Work. .._,/ All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has ,..~ been completed to the extent that safe access may be provided, and the street is opened to ""•--' 0 Revised 11/24/10 Contract No. 6608 Page 97 of 156 local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill 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 otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's 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 description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking 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 72 0 Revised 11/24/10 Contract No. 6608 Page 98 of 156 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise 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 promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1} The Engineer .. . . .. . .. . . .. .. ..... .. . . . .. .. . .. . . ... . . ..... .. ..... .. . . . . ... .... ........ .. .. . . . .. . (760) 602-2720 2) Carlsbad Fire Department Dispatch................................................ (760) 931-2197 3) Carlsbad Police Department Dispatch............................................. (760} 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937).................. (760) 438-2980 5) Carlsbad Traffic Signals Operations............................................... (760) 602-2752 6) North County Transit District.......................................................... (760} 967-2828 7) Waste Management........................................................................ (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. 0 Revised 11/24/10 Contract No. 6608 Page 99 of 156 Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the 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 Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CAL TRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than (insert minimum acceptable lateral safety buffer distance, eg. 1.8 m {6')), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, ft Q Revised 11/24/10 Contract No. 6608 Page 100 of 156 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 paved traffic lanes, not less than 12' wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its -,, plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline 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. Surf aces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent paveme:nt delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included ft Q Revised 11/24/10 Contract No. 6608 Page 101 of 156 in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2012, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, 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 preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the ~ , work with which they are associated and no other compensation will be allowed therefore. 0 Revised 11 /24/1 0 Contract No. 6608 Page 102 of 156 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. :) 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, 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 potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: Training of personnel 1. 2. Purging and cleaning the space of materials and residue 0 Revised 11/24/10 Contract No. 6608 Page 103 of 156 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or 0 Revised 11 /24/1 O Contract No. 6608 Page 104 of 156 gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontrc!,ctor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 -FACILITIES FOR AGENCY PERSONNEL Field office for Agency personnel is not required. SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, ) fencing and timber shall be considered as being the true length measured along longitudinal .....,, axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "LS.", 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. .,..."- 0 Revised 11/24/10 Contract No. 6608 Page 105 of 156 When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or· legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. . Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money 0 Revised 11/24/10 Contract No. 6608 Page 106 of 156 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 Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (1 0) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental __ ) payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. From each progress estimate, 1 0 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 1 0 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a ·~ corresponding payment. This estimate will be in writing and shall be for the total amount owed ...._., 0 Revised 11/24/10 Contract No. 6608 Page 107 of 156 the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims 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 estimate. ft Q Revised 11/24/10 Contract No. 6608 Page 108 of 156 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. :, 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and 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. The bid item for mobilization and related items shall not exceed fifteen percent (15%) of the total contract items. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be 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 included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Bid Schedule A: Mobilization (Bid Item No. A-1) Lump Sum Mobilization shall consist of all preparatory work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and incidentals), and Permits (including Caltrans Duplicate Encroach- ment Permit). ft Q Revised 11 /24/1 0 Contract No. 6608 Page 109 of 156 2. Submittal of required construction schedule(s). 3. Establishment of all offices, buildings, construction yards, sanitary facilities, and any other facilities necessary for work at all project sites. 4. Posting all OSHA required notices and establishment of safety programs. 5. Posting all Department of Labor required notice, regulations and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to all project sites. 7. Developing and installing construction water supply. 8. Notification of residents and businesses No additional compensation will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or discovered during construction operations. The deletion of work or the addition of extra work as provided for herein shall be reflected in Contract Change Orders, and shall not affect the price paid for "Initial Mobilization." Payment for "Mobilization" will be made at the lump allowance named in the Bid Schedule, which price shall constitute full compensation for all such work. Payment for Initial Mobilization . will be made as follows: The bid item for mobilization and related items shall not exceed fifteen percent (15%) of the total contract items. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilization. The contract lump sum price paid for mobilization shall include full compensation for furnishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilization as specified herein. Water Pollution Control Plan Including Daily Street Sweeping (WPCP) (Bid Item No. A-2) Lump Sum 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, and as directed by the Engineer and no additional compensation will be allowed therefor. Potholing and Utility Coordination (Bid Item No. A-3) Lump Sum The contract unit price paid for Potholing and Utility Coordination work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in the location of, and relocation of any utilities within the project areas as defined on Drawing Set 457-4F and no additional compensation will be allowed therefor. 0 Revised 11/24/10 Contract No. 6608 Page 11 O of 156 Record Drawings (Bid Item No. A-5) Lump Sum The contract lump sum price paid for record drawings require that the Contractor shall provide ':) and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Bid Schedule 8-Valley Street at Buena Vista Way: Construct 24-inch RCP (Bid Item No. 8-1) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install the pipe in accordance with Sections 207-2 and 306-1 and City of Carlsbad Drawing GS- 26 and S-5, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, trenching, support of existing utilities, trench plates, backfill, compaction, resurfacing, AC paving, aggregate base, remove and replacing cross gutters, and no additional compensation will be allowed therefor. Construct Type F Catch Basin per SDRSD D-7 (Bid Item No. 8-2) Each 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 F catch basin per SDRSD D-7 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 _ J Specifications, plans and as directed by the Engineer. "" Construct Storm Drain Cleanout Type 8-5 per SDRSD D-10 (Bid Item No. 8-3) Each The contract unit price paid for this bid item shall constitute full compensation · to f umish and install Type B-5 Cleanout in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing 0-10, and the contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement, and no additional compensation will be allowed therefor. Construct Type B Ditch (Bid Item No. 8-3) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type B ditch in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-75, and the contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement, and no additional compensation will be allowed therefor. Trench Resurfacing per City of Carlsbad Standard Drawing GS-26 (Bid Item No. 8-5) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install trench resurfacing in accordance with Sections 203 and 302 and City of Carlsbad Drawing GS-26, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, resurfacing, AC paving, and no additional compensation will be allowed therefor. •~ ....,_.I 0 Revised 11/24/10 Contract No. 6608 Page 111 of 156 Excavation and Export (Bid Item No. B-6) Cubic Yard The contract unit price paid for this bid item shall constitute full compensation to periorm excavation and export per Section 300 and shall be paid per Section 300-2.9 Demo Existing AC Berm (Bid Item B-7) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish material and labor to remove existing AC berm in accordance with Sections 300-1 , 300-2 and 306-5, the plans and contract documents. This includes but not limited to surveying, locating utility, excavation, removal and disposal of materials, and no additional compensation will be allowed therefor. Connect to Existing Storm Drain (Bid Item B-8) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and connect the 27" RCP to existing cleanout in accordance with Section 306-1 and the detail on the plans, and these contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to existing cleanout, and no additional compensation will be allowed therefor. Install 27" RCP Point Repair (Trenchless) (Bid Item B-9) Lump Sum The contract unit price paid for this bid item shall constitute full compensation for all work to furnish and provide trenchless point repairs from approximately stations 3+ 17 along the existing 27" Valley Street Storm Drain pipeline in accordance with the plans and contract documents. This includes, but is not limited to, survey, excavation, forming, backfill, point repair or grouting of the identified hole, and no additional compensation will be allowed therefor. Temporary Power Pole Bracing (Bid Item B-10) Lump Sum The contract unit price paid for this bid item shall constitute full compensation for all work to temporarily brace the existing power pole to perform construction operations, and no additional compensation will be allowed therefor. Signing and Striping (Bid Item B-11) (Lump Sum) 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 200 feet beyond all project limits in Valley Street and Buena Vista Way. Striping includes inlet stenciling 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. Traffic Control (Bid Item B-12) (Lump Sum) The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, traffic control plans and revisions, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Traffic control plan template is included in the Appendices. 0 Revised 11/24/1 o Contract No. 6608 Page 112 of 156 Bid Schedule C -Valley Street at McCauley Lane: Construct 24-inch RCP (Bid Item No. C-1) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install the pipe in accordance with Sections 207-2 and 306-1 and City of Carlsbad Drawing GS- 26 and S-5, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, trenching, support of existing utilities, trench plates, backfill, compaction, resurfacing, AC paving, aggregate base, remove and replacing cross gutters, and no additional compensation will be allowed therefor. Construct Type 8-1 Curb Inlet (Bid Item No. C-2) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type B-1 Curb Inlet in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-2, and the contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to curb inlet, remove and replace curb and gutter and sidewalk, and no additional compensation will be allowed therefor. Trench Resurfacing per City of Carlsbad Standard Drawing GS-26 (Bid Item No. C-3) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install trench resurfacing in accordance with Sections 203 and 302 and City of Carlsbad Drawing GS-26, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, resurfacing, AC paving, and no additional compensation will be allowed therefor. Sign Relocation (Bid Item C-4) Each The contract unit price paid for this bid item shall constitute full compensation to relocate signs. This includes, but is not limited to; removal, relocation and installation of all signage disturbed by construction and no additional compensation will be allowed therefor. Fence Relocation (Bid Item C-5) linear Feet The contract unit price paid for this bid item shall constitute full compensation to remove, protect and replace existing private fence. This includes, but is not limited to; removal, relocation and installation of all fencing which requires relocation to construct the project and disturbed by construction and no additional compensation will be allowed therefor. Excavation and Export (Bid Item No. C-6) Cubic Yard The contract unit price paid for this bid item shall constitute full compensation to perform excavation and export per Section 300 and shall be paid per Section 300-2.9. Demo Existing AC Berm (Bid Item C-7) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish material and labor to remove existing AC berm in accordance with Sections 300-1, 300-2 and 306-5, the plans and contract documents. This includes but not limited to surveying, locating utility, excavation, removal and disposal of materials, and no additional compensation will be allowed therefor. ft Q Revised 11/24/10 Contract No. 6608 Page 113 of 156 Connect to Existing Storm Drain (Bid Item C-8) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and connect the 27" RCP to existing cleanout in accordance with Section 306-1 and the detail on the plans, and these contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to existing cleanout, and no additional compensation will be allowed therefor. Install 6" AC Berm per SDRSD G-5 (Bid Item C-9) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to AC Berm in accordance with Section 203 and 303, the detail on the plans and San Diego Regional Standard Drawing G-5, and the contract documents. This includes,_ but is not limited to, surveying, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement, and no additional compensation will be allowed therefor Install 6" Curb and Gutter per SDRSD G-2 (Bid Item C-10) Linear Feet The contract unit price paid for this bid item shall constitute full compensation install curb and gutter in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing G-2, and the contract documents. This includes, but is not limited to, sawcutting, surveying, excavation, forming, backfill, base material, compaction, and removing and replacing pavement adjacent to gutter, and no additional compensation will be allowed therefor. Sidewalk (Bid Item C-11) Square Feet 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 constructing the 4-inch thick concrete sidewalk per SDRSD G-7. 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. Pedestrian Ramp (Bid Item C-12) Each 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 constructing the pedestrian ramps 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. Demo Existing AC (Bid Item C-13) Square Feet 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 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. 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. ft ~ Revised 11/24/1 O Contract No. 6608 Page 114 of 156 New Pavement Section (Bid Item C-14) Square Feet 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 and aggregate base 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. Grind and Overlay (Bid Item C-15) Square Feet 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 overlay, feathering to match existing pavement and for disposal of excess materials and for doing all the work involved in providing, installing asphalt pavement for 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. Sawcut (Bid Item C-16) Lineal Feet The contract unit price paid for this bid item shall constitute full compensation to sawcut and install BMP's in accordance with the plans and the contract documents. This includes, but is not limited to, sawcutting, surveying, excavation and BMPS's, and no additional compensation will be allowed therefor. Regional Standard Retaining Wall (Bid Item C-17) Square Feet ·:) 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 constructing the retaining wall per SDRSD C-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. Signing and Striping (Bid Item C-18) Lump Sum 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 and address painting per existing conditions. Restore existing striping 500 lineal feet beyond the limits of AC removal for storm drain and sidewalk construction. 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 Traffic Control (Bid Item C-19) Lump Sum 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. 0 Revised 11/24/1 O Contract No. 6608 Page 115 of 156 Cross-gutter (Bid Item C-20) Lump Sum 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 demolishing, removing, disposing and replacing the cross-gutter at McCauley Lane 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. Bid Schedule D -Highland Drive: 18" RCP (with water tight joints) Storm Drain Pipeline (Bid Item No. D-1) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install the pipe in accordance with Sections 207-2 and 306-1 and City of Carlsbad Drawing GS- 26 and S-5, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, trenching, support of existing utilities, trench plates, backfill, compaction, resurfacing, AC paving, aggregate base, remove and replacing cross gutters, and no additional compensation will be allowed therefor. 12" PVC C-900 Storm Drain Pipeline (Tunneling) (Bid Item D-2) Linear Feet The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, tunneling, assembly, placement of bedding, backfill and compaction including but not limited to involved in constructing the 12- inch PVC storm drain pipeline 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. 12" PVC C-900 Storm Drain Pipeline (Bid Item D-3) Linear Feet 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 involved in constructing the 10-inch PVC storm drain pipeline 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. 8" PVC C-900 Storm Drain Pipeline (Bid Item D-4) Linear Feet The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, tunneling, assembly, placement of bedding, backfill and compaction including but not limited to involved in constructing the a- inch PVC storm drain pipeline 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. ft {.J Revised 11/24/10 Contract No. 6608 Page 116 of 156 24" X 24" Grated Brooks Box Inlet (Bid Item D-5) Each 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 24" X 24" grated brooks box inlets 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. Construct Storm Drain Cleanout Type B-5 per SDRSD D-10 (Bid Item D-6) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type B-5 Cleanout in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-10, and the contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement, and no additional compensation will be allowed therefor. Construct Storm Drain Cleanout Type A-4 per SDRSD D-9 (Bid Item D-7) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type A-4 Cleanout in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-9, and the contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement, and no additional compensation will be allowed therefor. Construct Curb Outlet per SDRSD D-25 (Bid Item D-8) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install curb outlet in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-25, and the contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to curb outlet, remove and replace curb and gutter and sidewalk to nearest joint, and no additional compensation will be allowed therefor. Trench Resurfacing per City of Carlsbad Standard Drawing GS-26 (Bid Item D-9) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install trench resurfacing in accordance with Sections 203 and 302 and City of Carlsbad Drawing GS-26, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, resurfacing, AC paving, and no additional compensation will be allowed therefor. Remove and Dispose curb Outlet (Bid Item D-10) Lineal Feet The contract unit price paid for this bid item shall constitute full compensation to furnish material and labor to remove existing curb outlet existing AC berm in accordance with Sections 300-1, 300-2 and 306-5, the plans and contract documents. This includes but not limited to surveying, locating utility, excavation, removal and disposal of materials, and no additional compensation will be allowed therefor Demolish, Remove and Replace a Portion of Existing Driveway (Bid item D-11) Square Feet ~ The contract unit price paid for this bid item shall constitute full compensation to remove and ,...,,, 0 Revised 11 /24/1 O Contract No. 6608 Page 117 of 156 replace PCCC Driveway in accordance with Section 201 and 301 and 303, the detail on the plans, and the contract documents. This includes, but is not limited to, surveying, excavation, backfill, base material, compaction, sawcutting, and removing and replacing 4" PCC driveway adjacent, and no additional compensation will be allowed therefor. Mailbox Relocation (Bid Item D-15) Each The contract unit price paid for the bid item shall constitute full compensation to relocate mailbox so it is not in conflict with inlet structure. Unit price shall include placement and compaction and no additional compensation will be allowed therefore. Relocate/Adjust Existing Water Service per W-3 (Bid Item No. D-15) Each The contract unit price paid for this bid item shall constitute full compensation to relocate/adjust water service if in conflict with new pipeline including and not limited to: furnish and install water service and trench resurfacing in accordance with Sections 203 and 302 and City of Carlsbad Drawing GS-24 and W-3, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, water service line materials and installation, testing, resurfacing, AC paving, and no additional compensation will be allowed therefor. Trench Shoring (up to 10' depth) (Bid Item D-16) Linear Feet 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. Signing and Striping (Bid Item D-17) Lump Sum 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 and address painting per existing conditions. Restore existing striping 500 lineal feet beyond the limits of AC removal for storm drain and sidewalk construction, 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 Traffic Control (Bid Item D-18) Lump Sum 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. ft "' Revised 11 /24/10 Contract No. 6608 Page 118 of 156 Bid Schedule E -Linda Lane 18" RCP Storm Drain Pipeline (Bid Item No. E-1) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install the pipe in accordance with Sections 207-2 and 306-1 and City of Carlsbad Drawing GS- 26 and S-5, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, trenching, support of existing utilities, trench plates, backfill, compaction, resurfacing, AC paving, aggregate base, remove and replacing cross gutters, and no additional compensation will be allowed therefor. 12" PVC C-900 Storm Drain Pipeline (Bid Item E-2) Linear Feet 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 involved in constructing the 12-inch PVC storm drain pipeline 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. 10" PVC C-900 Storm Drain Pipeline (Bid Item E-3) Linear Feet The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, tunneling, assembly, placement of bedding, backfill and compaction including but not limited to involved in constructing the 10- inch PVC storm drain pipeline 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, 0 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" PVC C-900 Storm Drain Pipeline (Bid Item E-3) Linear Feet The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including dewatering, excavation, tunneling, assembly, placement of bedding, backfill and compaction including but not limited to involved in constructing the 6- inch PVC storm drain pipeline to the lines and grades shown in the contract drawings. The contract unit price paid shall be considered full compensation for f umishing 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" Perforated Subdrain (Bid Item E-5) Linear Feet 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 subdrain in Linda Lane 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. ft Q Revised 11/24/1 o Contract No. 6608 Page 119 of 156 "~ '•1,,,,11,ill'il 24" X 24" Grated Brooks Box Inlet (Bid Item E-6) Each 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 24" X 24" grated brooks box inlets 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. Construct Storm Drain Cleanout Type A-4 per SDRSD D-9 (Bid Item E-7) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type A-4 Cleanout in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-9, and the contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement, and no additional compensation will be allowed therefor. Construct Storm Drain Cleanout Type 8-5 per SDRSD D-10 (Bid Item E-8) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type 8-5 Cleanout in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-10, and the contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement, and no additional compensation will be allowed therefor. Connect to Existing Storm Drain (Bid Item E-9) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and connect the 36" RCP to existing cleanout in accordance with Section 306-1 and the detail on the plans, and these contract documents. This includes, but is not limited to, surveying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to existing cleanout, and no additional compensation will be allowed therefor. Trench Resurfacing per City of Carlsbad Standard Drawing GS-26 (Bid Item E-10) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install trench resurfacing in accordance with Sections 203 and 302 and City of Carlsbad Drawing GS-26, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, resurfacing, AC paving, and no additional compensation will be allowed therefor. Demo and Replace Cross-gutter (Bid Item E-11) Lump Sum 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 demolishing, removing, disposing and replacing the cross-gutter at Monroe 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. ft "' Revised 11/24/10 Contract No. 6608 Page 120 of 156 Trench Shoring (up to 15' depth) (Bid Item E-12) Linear Feet 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. Signing and Striping (Bid Item E-13) Lump Sum 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 and address painting per existing conditions. Restore existing striping 500 lineal feet beyond the limits of AC removal for storm drain and sidewalk construction for both Linda Lane and Monroe Street. 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 Traffic Control (Bid Item E-14) Lump Sum 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. Cut-Off Wall per SDRSD SP-07 (Bid Item E-16) Each 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 cut-off walls 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. ft ~, Revised 11/24/10 Contract No. 6608 Page 121 of 156 --------------· ,_,_~ SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200-ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. 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 section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(8). 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 composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(8). Sieve Sizes 50-mm (2") 37.5-mm (1 ½") 19-mm ('%") 12.5-mm c1n 9.5-mm (~/a") 4. 75-mm (No. 4) 2.36-mm (No. 8) 75-um (no. 200) Sieve Sizes 25-mm (1") 19-mm (%") 9.5-mm (%") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-um (No. 30) 300-um (No. 50) 75-um (no. 200) ~ "1 Revised 11/24/10 TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing TvoeA --- --- 100 95-100 70-100 0-55 0-10 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Type8 100 95-100 50-100 --- 15-55 0-25 0-5 0-3 Percentage Passing 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Contract No. 6608 Page 122 of 156 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans =, Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2. 7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. Sieve Sizes 2" ............................... .. 1112· .......................... .. 1 • ................................ . 3/4" ............................ .. No.4 ......................... .. No.30 ........................ .. No. 200 ...................... . AGGREGATE GRADING REQUIREMENTS Percentage Passing 1112• Maximum 3/4" Maximum Operating Range Operating Range 100 90-100 50-85 25-45 10-25 2-9 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Resistance (A-value) Sand Equivalent Durability Index Operating Range 78Min. 25Min. 35Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. ,..~ P~m~ 1?~ of 156 SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A} <3> PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) <1> Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P} Maximum Slump mm (Inches) (~) 200 (8") 100 (4") 100 (4") per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-3 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 ½" 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 otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. 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. 0 Revised 11 /24/10 Contract No. 6608 Page 124 of 156 Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant """"' manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "fl:' as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise 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 compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, non extruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid o form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Results Designation) Cone Penetration ASTM D 3407, Sec. 5 3.5mm, max. Flow, 60°C ASTM D 3407, Sec. 6 5mm,max. Resilience ,ASTM D 3407, Sec. 8 25%, min. Softening Point, ASTM D36 82 °C, min. Ductility, ASTM D 113 300mm,min. Flash Point, COC, 0c ASTM D92 288 °C, min. Viscosity, Brookfield ASTM D4402 2.5-3.5 Pa-s Thermosel, SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. Conditions 25°c, 150 g, 5 s 25°c 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, ADD the following: ~ 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in ....,_,;1 conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design .,.... __ .._ ___ ... ._,_ ~~no O,:,,no 1 ?&:; nf 1 ,:;,=: mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-:PG70-1 O for dikes and class E-PG70-1 O 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 0/'Jet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability1 in accordance with the Asphalt lnstitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only 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. 203-6.8 Asphalt Concrete Storage. add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. ft Q Revised 11/24/10 Contract No. 6608 Page 126 of 156 SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) USES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") GRADES Construction grade Redwood or preservative treated construction grade Douglas Fir 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 furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, 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. 206-7.1.2 Sign Identification. The following notation shall be placed on the lower right side of the ~ back of each sign where the notation shall not be blocked by the sign post or frame: ,...,/ A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, · D. Type of retroreflective sheeting, and E. Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plastic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalen\) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ,...~ ASTM Designation B209. Sheet 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 Paae 127 of 156 tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 1 0 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, 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, bums, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation 8209. Sheet aluminium shall be pretreated in accordance to ASTM Designation 8449. 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 1 0 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RS1, 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. 0 Revised 11/24/10 Contract No. 6608 Page 128 of 156 c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7 .2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12")-. All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11 mm (7/16") holes on 25 mm (1 ") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+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 comer radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on comer-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(8). a_ --_____ .. _ TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions Outside Tolerance for All Sides at Corners mm (inches) mm (inches) 25x25 (1 X 1) 0.13 0.005 32x32 (1¼ X 1¼) 0.15 · 0.006 38x38 (1 1/2 X 11/2) 0.15 0.006 44x44 (1% X 1%) 0.20 0.008 51 X 51 (2 x2) 0.20 0.008 56x56 (2~/16 X 23/rn) 0.25 0.010 57x57 (21/4 X 21/4} 0.25 0.010 64x64 (21/2 X 2%) 0.25 0.010 51 x76 {2 X 3) 0.25 0.010 TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squarenessl1> Twist Permissible in 900 mm f:3") mm (Inches) mm (Inches) mm<2> (Inches) 2> 25x25 (1 X 1) 0.15 0.006 1.3 0.050 32x32 (1-1/4 X 1-1/4) 0.18 0.007 1.3 0.050 38x38 (1-1/2 X 1-1/2) 0.20 0.009 1.3 0.050 44x44 (1-3/4 X 1-~/4) 0.25 0.010 1.6 0.062 51 X 51 (2 x2) 0.30 0.012 1.6 0.062 56x56 (2-3/rn X 2-3/15) 0.36 0.014 1.6 0.062 57x57 (2-1/4 X 2-¼) 0.36 1.014 1.6 0.062 64x64 (2-1/2 X 2-1/2) 0.38 0.015 1.9 0.075 51 x76 (2 X 3} 0.46 0.018 1.9 0.075 11i Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. \.!/ Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that 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" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200'') to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type Ill Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to +70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m 0 Revised 11/24/1 0 Contract No. 6608 Page 130 of 156 (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a 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 flashing off time shall be operator adjustable within the control cabinet. :, Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provjsions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 207 -PIPE 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. P~nA 1~1 of 156 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless otherwise 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 C111. Rubber gasket material shall conform to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA C150 and ANSI 21.51, AWWA C151, and shall be of the size and thickness classes shown on the Plans. Unless otherwise 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 otherwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coating of bituminous coating a minimum of 2 mils. thick in accordance with AWWA C151 or C100. 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Layout Drawings Mill Reports or Plant Test Reports Dimensional Checks Shop Drawings Manufacturer's tests Fabrication Details Protective Coatings Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with ''T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless otherwise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be ft ~, Revised 11/24/10 Contract No. 6608 Page 132 of 156 laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to c;lVOid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1(A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strenath ASTM D882 4500a/cm (25 lbs/inch) (5,500 PSI) Elonaation ASTM D882-88 <50 percent at break Printabilitv ASTM D2578 >50 dvnes/sauare centimeter Flexibilitv ASTM D671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message repeat Manuf acturina specifications Every 500 mm(20") Foil Manuf acturina specifications Dead soft/annealed Too laver Manufacturiria specifications Virain PET Bottom laver Manufacturing specifications Virain LOPE Adhesives Manufacturing specifications >30 percent, solid 1 .5#/R Bond strength Boiling H2O at 100 dearees Celsius Five hours without peel Colors APWACode See Table 207-25.1 (B) TABLE 207-25.1(8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. 0 Orange Telephone and telearaph svstems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 197 4. 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 Specification for Mechanical and Electrical Equipment -PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. "--.a.---.a. 1\.1..-.. aano P,:,no 1 ~~ nf 1 i:;,=; SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.S(A) TABLE 210-1.5 (A) Surface to be Painted Pre-reatment I Surface Primer Finish Coats Preparation Temporary Railing type Abrasive Blast Cleaning to a None Two coats white Acrylic (K) Roughened, Textured Aooearance Emulsion Paint <1> .. (1) acrylic emulsion pamt designed for use on exterior masonry. This pamt shall comply mall respects to Federal Spec1f1cat1on TT-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 CAL TRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010-004 (Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916} 227-7000. 210-3 GALVANIZING. Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/8"} thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (1/8"} thick or thicker shall be performed after fabrication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (1/8") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation Z600, or after fabrication in conformance with the requirements of ASTM Designation: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft2) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2}. Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling; milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slab or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. ft Q Revised 11 /24/10 Contract No. 6608 Page 134 of 156 Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210.1 11Paint11 • Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with two applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, 11Repair of Damaged Zinc Coating.11 Aerosol cans shall not be used. SECTION 212 -LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer. add the following: Preplant fertilizer shall be granular commercial fertilizer7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. :) 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1 A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1 A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(8): Table 212-1.2.4(8) SOIL AMENDMENT PROPERTIES Minimum Maximum 1 1 Sieve 100% 100% 95% 100% 45% 65% 30% 40% 0% 10% 0% 2% 1 1 ht basis 0.08% 0% 6.0% 6.0 7.0 1 1 0 ..., ___ , __ .., •• 1nA1an For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on-going quality assurance program that fulfills the requirements of the most recent version of the 'Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of 'Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Section 2-5.3.3. SECTION 213-ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1 (A) Table 213-2.1(A) GEOTEXTILE APPLICATIONS Aoolication of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aaaregate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainage at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kg(¼ Ton) Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg(¼ Ton) Plant Protection Covering Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing Add the following section: 213-3 EROSION CONTROL SPECIAL TIES. Add the following section: Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm (%") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1(A), or equal thereto. 0 Revised 11/24/10 Contract No. 6608 Page 136 of 156 Type TOM-Temporary Markers TABLE 214-5.1 (A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Manufacturer of Distributor Overlay Davidson Traffic Control Products, 3110 70 Avenue East, Tacoma, WA98424, 877 335-4638 Add the following section: 14-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. Tvoe Safe-Hit SH336SMA Carsonite "Super Duck" SDR3036 Repo "The Replaceable Post" TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Manufacturer of Distributor Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 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 that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. P~nA 137 of 156 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment the ref ore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1 ') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and 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 recompaction shall consist 0 Revised 11/24/10 Contract No. 6608 Page 138 of 156 of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1 . 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered ~ .. otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection ,,.,._; 300-2.2.1. 300-2.5 Slopes. add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes. add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement. delete the second paragraph relating to materials removed from stockpiles and add the following: Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites after excavation 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. No excavated material which is re- excavated will be measured for payment. No allowance for shrinkage or swell will be considered. Materials excavated or otherwise removed as all or part of any other bid item shall not be measured ~ as Unclassified Excavation. , ...,,_,,; a_ . . ,,._,,,_ "--.a.---.a. "-1-~~n.n 300-2.8 Measurement. delete the second paragraph relating to materials removed from stockpiles and add the following: Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The measurement shall be from the original_ ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites after excavation. No excavated material which is re-excavated will be measured for payment. Materials excavated or otherwise removed as all or part of any other bid item shall not be measured as Unclassified Excavation. The measurement of work 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 substitute the following: Payment for Unclassified Excavation will be made at the unit price bid in the proposal. 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 excavation shall be estimated by the Engineer . The Engineer's calculations shall be considered the definitive determinant for quantities for final payment. All topographic surveying and calculations necessary to quantify payment quantities for Unclassified Excavation shall be performed by the Engineer. Payment for Unclassified Excavation shall include costs of surveying, staking, preparation of earthwork quantity reports, placement, compaction, soil remediation, moisture adjustment and water therefore, rework of compressible soils, slope rounding, grading, stockpiling, access road, temporary detour roads, earthen swales and drainage channels as shown on the drawings or required by the contract documents. Add the following section: 300-2.1 0 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1 ') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. add the following: Dewatering shall be paid for as an incidental and no additional compensation will be made therefore. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. add the following: Except as provided in section 300-4.7, "Compaction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. ft Q Revised 11/24/1 O Contract No. 6608 Page 140 of 156 300-4.5 Placing Materials for Fills. add the following: The Contractor shall perform grading such that the upper 900 mm (3') of fill placed in the roadway pavement area is composed of properly compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building Officials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper 900 mm (3') of fill placed in the roadway. The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3"). Particles with dimensions greater than 75 mm (3") shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater than 460mm (18") shall not be incorporated into the fill. Rock exceeding 150 mm (6") in diameter shall not be placed in the upper 900 mm (3') of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. 300-4.6 Application of Water. add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-1"" 91. ,....,J 300-4.7 Compaction. add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.8 Slopes. add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals no greater than 600 mm (2') or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 300-4.9 Measurement and Payment. delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclassified excavation, and no additional payment will be made therefore. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300-5.2.1 (A) and the following requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of less than 75 mm (3"}. Rock included below the top 1 m (3'} of imported~. borrow shall be particles of less than 150 mm (6"). ..._,; P,:,n,::, 141 nf 1 i:.A Tests A-Value Expansion Index Plasticity Index Sieve Analysis TABLE 300-5.2.1 (A) IMPORTED BORROW PROPERTIES Test Method No. Calif. 301 UBC Standard 18-2 ASTM D424 Requirements 40Min. 10 Max. 4Max. ASTM D422 Percent Passing 75µ (No. 200) 15 Max. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. ft "' Revised 11/24/10 Contract No. 6608 Page 142 of 156 Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed 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 a Tier 1 Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP," attached as Appendix L. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Add the following section: 300-13.1.2 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance~ with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection,..._,, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil 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 practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.3 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SW PPP. The Contractor shall identify corrective actions and time frames~ to address any damaged measures or reinitiate any measures that have been discontinued. ""-" ft ~~ ____ ! __ _.-I.I lnAl-tn. ('nntr<>f"t Nn RROR Paae 143 of 156 The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. Add the following section: 300-13.4 Payment. Payment shall be made at the contract lump sum item bid. 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 preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 -ROADWAY SURFACING 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 information specific to the work inserted at the locations indicated in the brackets and italicized. ft "J Revised 11/24/10 Contract No. 6608 Page 144 of 156 302-5 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 section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.5 Distribution and Spreading. modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General. modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. ' ,·,,._,il!!;J' 302-5.8 Manholes (and other structures). delete the first paragraph and replace with the following: ~ When placing the overlay the Contractor shall pave over appurtenances in the roadway which -J includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction 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 Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, 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 Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw ,..~ cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, ....,_., compaction of existing subgrade in conformance with section 301-1, grading and compaction of O_ -····-···- base material in conformance with section 301-2, application of grade SS-1 h 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 surf ace and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1 ') of subgrade to 95% relative compaction. A tack coat of SS-1 h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 Um2 to 0.45 Um2 (0.05 to 0.1 0gallons 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 subsection 302-5.6.2 SSPWC. Add the following section. 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. Add the following section: 302-11.4. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for estimating purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for resurfacing shall include post emergent herbicide treatment. Full compensation for conforming to the requirements of constructing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (1') thick section of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1 h asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefore. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. 0 Revised 11/24/10 Contract No. 6608 Page 146 of 156 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. add the following: Modify Regional Standard Drawing 0-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 1 0 by No. 10 welded wire mesh. Add the following section: 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) Curb Face Markin s T e of under round facilities Water Service Lateral Sewer Service Lateral lrri ation Water Lateral or Sleeve Markin w s 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. 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 Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (kmh) + SLOPE X 100] X LANES Paae 147 of 156 1000 8 PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (mph)+ SLOPE X 100] X LANES 1000 5 where: PS ADT EWL = DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE LANES = = = = = = = = plate score. average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. ft Q Revised 11/24/10 Contract No. 6608 Page 148 of 156 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 o sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm {2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method ( 1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr {45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) and 203-5.3(A) . Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter ( 12" x ¾") steel bolts placed through the plate and driven into holes drilled 300 mm ( 12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel O· plates are removed, the dowel holes in the pavement section shall be completely filled with · · elastomeric sealant material. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. 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 0.3m 10" 13 mm C/2") 0.6m 23" 19 mm ('%") 0.8m 31" 22 mm ('/a") 1.0m 41" 25 mm (1") 1.6m 63" 32 mm (1 ¼") .. (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered cIv1I 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 CAL TRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CAL TRANS District 11 Materials Engineer to ,.. ..... correlate skid resistance results to California Test Method 342. In addition to all other required ,_,; construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an --~_._ __ -.I. ... _ ~~no P~mA 149 of 156 orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General. add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The Contractor shall density trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12'') of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (¼") nylon pull ropes in all conduit. 0 Revised 11/24/10 Contract No. 6608 Page 150 of 156 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. SECTION 307 -STREET LIGHTING AND TRAFFIC SIGNALS 307 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Section 86, "Signals, Lighting and Electrical Systems", of the Caltrans Standard Specifications replaces Section 209, "Electrical Components", and Section 307, "Street Lighting and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of construction of street lighting 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 markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. ':) 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient c?pacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/a") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (1 / /) in 3 m ( 1 O') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking ':) method other than a minimum 30mm (0.1 O') thick asphalt concrete overlay is not permitted. . "' ft u Cou;eoorl 11 /?/1/1 (\ P::inP. 151 of 156 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed 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 Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312 -PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved "' .. , alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper 0 Revised 11/24/10 Contract No. 6608 Page 152 of 156 alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the ~ Contractor. When reflective channelizers are removed the pavement surface shall be restored to .._; the same color and surface finish as the adjacent pavement. SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of ~ the removable-type pavement markers shall conform to the section 312 "Pavement Marker ....,/ Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement', shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and 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. ..,,..,,,,./ --_ _._ ____ _._ ••-,..,..nn Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The.Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/a") thick plate welded on the upper end with a 5-mm (3/15") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CAL TRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units 0 Revised 11/24/10 Contract No. 6608 Page 154 of 156 shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m ( 1 O') of a traffic lane shall have a reflector installed on top of the rail as 0 directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P ·· marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CAL TRANS and that the temporary sand-filled crash cushion units meet NCH RP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TS FCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CAL TRANS Standard Drawings T1 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 t~e greater. The TSFCC array shall be appropri~te to the appli~ation as shown on said·~ standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal ~ Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CAL TRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the 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 compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K- rails and crash cushions when not shown on the plans and requested by the Engineer shall be made 1 per section 3-3, Extra Work, SSPWC. ,,_1 -. • .. ,_ ,..,..,.,_n P~nA 1!'i!'i nf 156 ~ ... 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 subsection 212-1.2.6, Herbicide Application, Section 302-11 Asphalt Concrete Pavement Crack Filling and Sealing, Section 312-3 Pavement Marker Removal have all been satisfied. The Contractor shall remove all existing markings, legends and striping, either permanent or 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 resulting from high velocity water jet striping removal fr9m the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. All cracks and areas between existing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with herbicides. Herbicides shall be applied at least 2(two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Contractor shall remove any visible plant growth prior to placement of 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 compensation 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. 0 Revised 11/24/10 Contract No. 6608 Page 156 of 156 NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Appendix H Appendix I Appendix J Appendix K Appendix L Appendix M Appendix Table of Contents Door Hanger City of Carlsbad Modifications to the San Diego Regional Standard Drawing Applicable City of Carlsbad Standard Drawings Applicable San Diego Regional Standard Drawings CCTV Report for Valley Street Valley Street Pothole Data Highland Drive Pothole Data Linda Lane Pothole Data Standard Traffic Control Plan City of Carlsbad Notes for Signing and Striping Plans Geotechnical Reports Storm Drain Inlet Stencil Tier 1 Stormwater Pollution Prevention Plan Appendix A Door Hanger CITY OF CARLSBAD ROADWORK ABC CONTRACTORS OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its 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 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 ½" x 8 ½" 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 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 concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 602-2780. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest 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 Carlsbad. Appendix B City of Carlsbad Modifications to the San Diego Regional Standard Drawing 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. Existing 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) times size of rip rap. D-70 D-71 Minimum bottom width shall be 6' to facilitate cleaning. 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 netting. E-1 Delete direct burial foundation. Add: The light standard shall be pre-stressed concrete round pole. E-2 Grounding per note 2. Attachment of the grounding wire to the anchor bolt shall be below the light standard base plate with an approved connection. G-3 Delete. G-5 Add: Note 4. Tack coat shall be applied between dike and existing asphalt concrete surface as specified in Section 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 8-3 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 combination. 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 Carlsbad 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 Carlsbad Standard GS-17. G-14 Change: Residential Thickness= 5-1/2" Commercial/Multi-Family Residential Thickness= 7-1/2" G-15 Delete requirement 3 G-24 Replaced with Carlsbad 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 II 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 Carlsbad" M-2 Add: To be used only with specific approval of the City Engineer. Volume 3 -Chapter 2 2 of 2 Appendix C Applicable City of Carlsbad Standard Drawings :) LIMIT OF 2'' GRIND (TYP.) SAWCUT LINE TYPICAL NOTES: FULL LANE WIDTH 12 FT. MIN. 26" TO 48" -ASPHALT CONCRETE FINISH COURSE SEE GS-28 ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPECIFICATIONS, AND CITY STANDARDS. 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS FROM 26 INCHES TO 48 INCHES. 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL. ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL. 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. 4. WHEN THE EDGE OF THE GRIND AREA IS WITHIN 24 INCHES OF EDGE OF PAVEMENT, ANY STRUCTURE, AN ADJACENT TRENCH PATCH, OR OTHER PAVING JOIN LINE, THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN LINE. 5. WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH, THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE LINE OR EDGE OF PAVEMENT. ,,_ REV. APPR VED DATE CITY OF CARLSBAD TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" TYPICAL TRENCH SECTION WITH DIMENSIONS AND COMPACTION ZONES 3' UPPER ZONE TRENCH --'-9_5" ___ , ZONE MAX. ALLOWABLE SlOPE'. OF EXCAVATION PER REQUlREMENTS or MID ZONE 90% PtPE ZONE 90% 12"t MIN. TRENCH WIDTH WHICHEVER IS . GREATER. CAL/OSHA. P.V.C. PIPE PIPE ZONE ;u-.-TRENCH WIDTH NOTES: 12'" MIN, 1. z. 3. PeRCENT~ sttOWN EQUAl M(t;IIMl>M RD.A lt'Jt COMPACllON. MINIMUM DEPTH Of' COVER FROM TQP Of PIPE 10 flNISH GRAD£ l'Oft ·AL. $Mi.lTA~ · SfVC:R IN$TAU..Alt(lNS Sf.fA'U. lit£ 3 FEtf. FOR COVER LESS ll+At';I ~. ~L DESJGN Alift> ~VAL REQViREt). JRS-1.(:H %ONE: lilACl<fll.L SHN.L 8E PER SECTION ~.}. ·w ~ l.~ -n,IAN 4• IN pi.NY QNEN$1CN 'Ml.I. SE AU.OW!O fM BACKFILL ASPHALT OR CONt::REft . eHUNl<S WIU. MOT BE ALLOWEt>. PIPE BEDDING AND TRENCH BACKFILL FOR SEWERS Appendix D Applicable San Diego Regional Standard Drawings . N J_ 1------L------, T 1:;z;;~zz;;~~zz;;11:;;::;:;:;:;::;;::;:;;:;::;;:;;:;::;i 1 1 /2 : 1 sloping backfill or 250/sf live loo surcharge #4 Total 5 l ......-W/_2 _ r (.J . ~ ..., w I, H=5'-4" . ..., PLAN · I H=3'-8" 1'-6" #4 Jr 12· #4 0 12· ELEVATION Horizontal reinf. not shown 1 1 /2 : 1 sloping backfill or 250 psf live load surcharge 12"x12• TYPICAL SECTION 3'-8" max TYPICAL SECTION over 3'-8" DIMENSIONS AND REINFORCING STEEL H (max) 5'-4" T {min) o·-10· W {min) 5'-o" ©Bars #4016" @Bars #6016" max soil 700psf pressure NOTES: 1. See C-7 and C-8 for additional notes and details. 2. Fill all block cells with grout. Revision B Ap roved Date ORIGINAL Kercheval 2 75 Add Metric T. Stanton 03/03 Delete Metric S.S. T. Shell 03/11 SAN DIEGO REGIONAL STANDARD DRAWING MANSONRY RETAINING WALL TYPE 2 (LIVE LOAD SURCHARGE OR SLOPING BACKFILL) 3'-8" o·-10· 3'-9" -- #4016" 550psf RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRA~NG NUMBER C-2 0 0 , ... _;,, ....... T C ~;: l + .l!l X 0 z ~ e T • A ~-#4 n around opening I I I i-t-----7 I 4•radius ~ C J Transition to normal curb height in 1 o' on both sides unless otherwise noted See Note 7 Curb line #4@ 6" See D-12 for continuous galvanized steel face angle and protection bar A 8 Edge of gutter SECTION 8-8 .. PLAN .. #4 @ 12" #4@ 6" L -Len th shown on Ions Slope to match curb profile or as shown on plans 3-#4 Y+10" 6"min (typical both sides} y 3" CLR ---1-1;2· 4-#4 around pipe OFtionol construction joint 6 min above invert 1--1 1' ~ See SDARSD D-11A & D-118 for horizontal & flooring reinforcement } O.'ci: .Sb ~ Y is determined by pipe size-4' min, 8' max X (4' min) Optional construction joint 6" min above invert 30 D Lap {typ) SECTION C-C NOTES {See Note 11) SECTION A-A 1. See D-11A, D-118 & D-12 for additional notes and details. 2. Types ore designated on plans as follows: 8 (no wing), 8-1 (one wing) or 8-2 (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 bock 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 • 0 • symbol. 11. If required bi local agency, enlor~e curb inlet top to width of adjacent sidewalk {X + T not to exceed 5'-6) by length of inlet including wing(sJ. Reinforcing steel shall be extended across enlarged top to clear distances shown. Revision A roved Date SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL Kercheval 12 75 Add Metric T. Stanton 03/03 Reformatted T. Stanton 04/06 CURB INLET -TYPE B Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 LEGEND ON PLANS F½ RECOMMENDED BY lliE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER D-02 #4@ s· both ways C See M-2 for manhole frame and cover Elev. shown on plans T~11" unless shown __J _[_ otherwise on plans-i Optional construction---...1.-""',t==,;;;:,..,..r / joint s• min above invert Slope floor 12:1 • C'J '- l.r!~~ Le lev shown towards outlet~--..,.,...-....... -----~ on plans (typ) SECTION A-A 4-#4 2' · 1 around opening A A L -_J I · 4' · I NOTES PLAN 1. See D-11A & 118 for additional notes and details. 2. When V exceeds 4' steps shall be installed. See 0-11A for details. 3. Exposed edges of concrete shall be rounded with a radius of 1/2". 4. Construct openings on both sides unless otherwise shown on plans. 5. Maintain 1-1 /2" clear spacing between reinforcing and concrete surface. 6. Install 1 • steel protection bar across opening. 7. Diameter •o• shall be 18" max, for larger diameter pipes this drawing must be modified. Pipe diameters to be shown on plans. 8. If constructed adjacent to sidewalk, the surface of the top slab of the catch basin shall motch the sidewalk slope and finish. • C'J It') I ;,-, Revision A roved Dote SAN DIEGO REGIONAL STANDARD DRAWING ORIGIN& Add Metric T. Stanton 03/03 Reformatted T. Stanton 04/06 CATCH BASIN -TYPE F Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 LEGEND ON PLANS ==@]:::= DRA'MNG NUMBER D-07 2-#4 bar #4 bars placed diagonally A L TYPE M A5 A6 A7 N!i Bend down ___ ___ 15• (typ) • PLAN PIPE DIAMETER (D1) X up to 39" 4' 42" to 48" 5' 51" to 60" 6' 63" to 66" 7' 69" to 78" 8' <O -.....--lllill""";=:--+;F;F=!----~:.I.J Diagonal bars 2-#4 bars -----1-w1--' Elev shown on plans ---=::::±::------f!::.!'4-~"" NOTES SECTION A-A 1. See D-11 A & D-118 for additional notes and details. 2. Concrete base shall be 560-C-3250. 3. All 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 (02) exceeds 39". I- I- y (See Note 8) 4' 4' 4' 4' 4' I- 9. If constructed adjacent to sidewalk, top of manhole to match sidewalk slope. z 6' 6' 6' 7' 8' See M-3 for manhole frame and cover See D-11 A for step details 4-#4 around pipe Optional construction joint 5• min above invert Slope floor 12: 1 towards outlet LEGEND ON PLANS ==@]:::= Revision By Approved Dote SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval ' Add Metric T. Stanton Reformatted T. Stanton Edited T. Stanton Edited s.s T. Regello 12 75 03/03 04/06 02/09 03/11 STORM DRAIN CLEANOUT -TYPE A DRAWING NUMBER D-09 #4 @ 6" oc #4 bars placed diagonally I- X I- ~Tl• y A -1 PLAN TYPE PIPE DIAMCTER (01) X y z 85 up to 51" 5' 4' 5' 86 54" to so· 6' 4' 6' 87 63" to 69" 7' 4' 7' See M-3 for manhole 88 72" to 81" 8' 4' 8' frame and cover 89 84" to 90" 9' 4' 9' • )C 3' 00 0 .... ::::E See D-11A for NOTES step detail---'+-~ ;.-, 1. See D-11A & D-118 for additional notes and details. 2. All joints shall be set in Class C mortar. 3. All precast components shall be reinforced with 1 / 4 • diameter steel wound spirally on 4" centers. 4. Maintain 1-1 /2• clear spacing between reinforcing and concrete surface. 5. Concrete base shall be 560-C-3250. 6. Exposed edges of concrete shall be rounded with a 1/2" radius. 7. Manhole cover to be marked "storm Drain". 8. Modifications to "Y" dimension required if pipe {02) exceeds 39". 9. If constructed adjacent to sidewalk, top of manhole to match sidewalk slope. Bend down 15• {typ) Rounded pipe ends see 0-61 Elev shown on plans -1-=:1----1.r1 SECTION A-A Revision SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL Add Metric T. Stanton Reformatted T. Stanton STORM DRAIN CLEANOUT TYPE B Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 G> .._ C 0 0 -u N I- > 4-#4 around pipe Slope floor 12: 1 towards outlet LEGEND ON PLANS = =@}= = DRAWING NUMBER D-10 >- NOTES LJ T 1• X I-'t-=. __._ &--..-_.__ • I I,,. Vertical reinforcing #4 @ 18" max (typ) 1-1/2" CLR (typ) . --.------. r • ~ 2· (typ)J L lYPICAL BOX SECTION 14" Approved steel reinforced polypropylene step STEP DETAIL 1. Concrete shall be 560-C-3250 unless otherwise noted. See table on D-118 for horizontal and floor reinforcement 2. Reinforcing steel shall comply with this drawing (D-11A and D-11 B) 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-11 B. 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 an approved steel reinforced polypropylene step. 12. Upon approval of the Agency, the use of precast storm structures is acceptable as an alternate to cost-in-place. Precost units shall conform to ASTM standards and be manufactured in o permanent facility designed for that purpose. Revision By Approved Dote SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY lHE SAN DIEGO ORIGINAL Kercheval 12/75 REGIONAL STANDARDS COMMITTEE Add Metric T. Stanton 03/03 7/Z6/ZO/Z INLETS AND CLEANOUTS 04/06 Reformatted T. Stanton Edited T. Stanton 02/09 NOTES AND DETAILS DRAWING D-11A Edited s.s T. Regello 03/11 NUMBER BOX SECTION REINFORCEMENT (HORIZONTAL AND FLOOR) MAXIMUM SPAN DEPTH THICKNESS HORIZONTAL AND FLOOR REINFORCEMENT SIZE X or Y V T AND SPACING 3' to 4' (14 0 18" 4'-1" to 7' 4' 6" (14 0 12" 7'-1" to 8' (14 0 8" 3' to 4' (14 0 18" 4'-1" to 5' (14 0 12· 4'-1"to 8' 6" 5'-1" to 6' (14 o 8" 6'-1" to 8' (14 0 6" 3' to 4' 6" #4 0 15" 4'-1" to 5' 8'-1" to 12' #4 0 12" 5'-1" to 6' 8" #4 0 8" 6'-1" to 8' 1/4 0 6" 3' to 4' (14 !O 12" 4'-1" to 5' /14 0 12" 5'-1" to 6' 12'-1" to 16' 8" /14 o 8" .. ~ 6'-1" to 7' 1/4 0 6" ,..~i 7'-1" to 8' /15 0 8" 3' to 4' 8" /14 0 12· 4'-1" to 5' /14 0 12" 5'-1" to 6' 16' -1 h to 20' 10" /14 o 8" 6'-1" to 7' /14 0 6" 7'-1" to 8' /15 0 8" 3' to 4' 8" /14 0 12" 4'-1" to 5' /14 0 12" 5'-1" to 6' 20'-1" to 24' 10" /14 0 8" 6'-1" to 7' /14 @ 6" 7'-1" to 8' 12" 1/5 0 8" Revision By Approved Date RECOMMENDED BY lHE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL SJA!!!iARDS COMMITTEE ORIGINAL Kercheval 12/75 ~ ~. 7/~/Z(J/8 ( Add Metric T. Stanton 03/03 ...... ~1 Reformatted T. Stanton 04/06 INLETS AND CLEANOUTS Ch'oirperson R.C.E. 19246 Dote Edited S.S. T. Regello 03/11 NOTES AND DETAILS DRAWING D-11B NUMBER .. • ,,, .. · . .., . .., 10· 3 a· 1/4" 1 /2" ; Anchor bar 0 3' OC max • ta 3" Radius ----. • 00 1 "111 Protection bar I I . .., . I d I ·-Ir ·. J -'---+--..,£1----':crJ 4 .d ._, -d .., .., d . £l .. .., , . 6" -12· NOTES ...I ✓ 1. Face angle shall be cast into structure continuous for the full length "L". 2. All exposed metal parts shall be hot-dipped galvanized after fabrication. <1. :::c 1 /2•". Rai:lius _.., •. <l,!J. £l .d . ~..,,i .., 1 •; Support bolt 3. When curb inlet opening height (H) exceeds 6", install 1 •; steel protection bar. Steel protection bar shall be embedded a• into curb inlet. 4. Install additional bars at 3-1/2" clear spacing above first steel protection bar when opening exceeds 13". 5. When curb inlet opening length exceeds 8' install 1 •; steel support bolts spaced at not more than 5' OC. . ta II ..., .s:: -i .s:: -e :::, u ..., C Cl> u .5!.. ,:, D C Cl> .s:: !II • 0 d • N ......... .., Revision SAN DIEGO REGIONAL ST ANDA RD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Add Metric Reformatted Edited Edited S.S. T. Stanton T. Stanton 04/06 T. Stanton 02/09 T. Regella 03/11 CURB INLET OPENING DRAWING NUMBER D-12 3• X 3• Construction joint #4 @ 6" OC both ways continuous • <O Dimensions shown on plans PLAN SECTION A-A Anchor . ,,, J_ Monolithic gutter ANCHOR DETAIL 2-1/2" X 2" X 1/4" x 4' galvanized steel angle SECTION 8-8 NOTES 1. Concrete shall be 560-C-3250. 2. D=inside diameter of pipe or depth of channel. 3. Section to be sloped laterally with top conforming to the grades of the LEGEND ON PLANS existing sidewalk and curb. 4. Manhole frame and cover may be deleted with open channel. 5. Trowel finish top surface and reproduce markings of existing sidewalk and curb. 6. Trowel finish floor of outlet. 7. Provide 1/4" tooled groove in top slob in line with bock of curb. ---~o ---~ Revision 8 Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITIEE ORIGINAL Kercheval 2 75 T.Stanton 03 03 7/2.6/UJIZ T.Stanton 04/06 CURB OUTLET ~ TYPE A Chairperson R.C.E. 19246 Dote Revised T.Stonton 11/08 DRAWING D-25 Edited S.S. T. Regello 3/11 NUMBER 0 "C Q) ~ Q) g C: 0 0 N * C: ._,,., ~ 0 0 Q) 0) :.:; a. 0 a. > => Trench width 0 0 X Q) ~ Q) / .::it. a. 0 0 0 iii .c co Q) .... -a. C: 0 Q) 0 * "C N ~ ~ .c Q) 0 ~ 0 't:i 0) C "C X ~ ~ 0 t-::::E Q) Invert elevation 0, C C: 0 :a N * "C ~ Q) Q) 0 co a. 0) a: j_ L 4" clearance (min) 3/4n crushed rock SECTION NOTES 1. See G-24A and G-248 or G-25 for resurfacing details on improved streets. 2. (•) indicates minimum relative compaction. 3. Top 12• of trench backfill in street section shall be 95% relative compaction unless specified otherwise. Revision 8 Approved Date ORIGINAL Parkinson 2 95 SAN DIEGO REGIONAL ST ANDA RD DRAWING Add Metric T. Stanton 03/03 7/Zo/Z()IZ Reformatted T. Stanton 04 06 Edited S.S. T. Regello 03/11 PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS DRAWING · NUMBER D-60 VARIES 1/2" R ,-~• r-----.... / i / I L_ I -----_J ---- 1/2" R I r-----_J I t L___ I -------__J NOTES: WIDTH AS SHOWN ON PLANS 4" ---2% MAX CROSS-SLOPE .. · . .:··o,t....;·---------- • • ••• .• t, >.. .. ·•· NON-CONTIGUOUS 2" WEAKENED PLANE JOINT WIDTH AS SHOWN ON PLANS 4" ---2% MAX CROSS-SLOPE CONTIGUOUS 2" WEAKENED PLANE JOINT 1/2" R 1/2" R 1. CONCRETE SHALL BE 52O-C-25OO. LEGEND ON PLANS 2. SEE STANDARD DRAWINGS G-9 AND G-1O FOR JOINT DETAILS. REVlSION BY APPROVED DA TE ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STAND RD DRAWING ADD METRIC T. STANTON 03/03 EFORMATTE T. STANTON 04/06 SIDEWALK -TYPICAL ECTIONS UPDATED MR MR/CV 11/11 DRAWING NUMBER 7/Z6/Zl),Z :) DATE G-7 MID POINT OF CURB RETURN P.C.R. ·:. •·. I .. I . I I ·.· .. · ... •, ., ,-. : ·-I ·.· -I•·.·--:-·.-.. · .. I .. I I 5' TYP.' 15' TYP. 45' TYP. P.C.R. <\, •• NOTES: 1. EXPANSION JOINTS ---AT CURB RETURNS, ADJACENT TO STRUCTURES AND AT 45' INTERVALS. (SEE STANDARD DRAWING G-10). , I 2. WEAKENED PLANE JOINTS------AT MID POINT OF CURB RETURN, WHEN REQUIED, AND AT 15' INTERVALS FROM P.C.R. (SEE STANDARD DRAWING G-10). 3. 1/4" GROOVES---WITH 1/4" RADIUS EDGES AT 5' INTERVALS. REVISION BY APPROVED DA TE KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL ST-4,NOARDS COMMITTEE ORIGINAL ADD METRIC T. STANTON 03/03 T. STANTON 04/06 UPDATED MR MR/CV 11/11 SIDEWALK JOINT LOCATIONS DRAWING NUMBER DATE G-9 1/4" '4 . . ~ . . '• .. ........ •,•· ..... .•.. . .i· .. : . •,••. EXPANSION JOINT FILLER MATERIAL 1/8" R ... . .... • ----1 l--1/2" (PAVEMENT) 1 / 4" MIN -1 /2" MAX (SIDEWALK) EXPANSION JOINT 1/8" R . . . .... ·. . . : . . N .... · .... : . •. .. . .·.. . . .. ' . . .... -l l-1/4" ... ► . S- 1/8" 1/8" R ·.·.: ~. 4 · A ._. . ·•··•· •• t. . .. ·. '•:: .... · ....... · .. 1/2" (#4) x 24" SMOOTH, GREASED OR OILED BAR, 30" ON CENTER CONTACT JOINT PREFORMED JOINT FILLER E ... . .. ... ·.: .. · . . -I l-1/4" .. . ··4 ·•· :· .. . ... · ... •·· . .. . . . .... WEAKENED PLANE JOINT CURB AND SIDEWALK WEAKENED PLANE JOINT GUTTER AND CONCRETE PAVEMENT REVISION BY APPROVED DA TE 1-1/2" . . . •.·· .· ... : .. · . :.· : ... ·. ····· 1/8" .. ·. : ~' l--1-5/8" KEYED JOINT . . . .. ,• .. · ... : .... •: .•. SAN DIEGO REGIONAL STANDARD ORA WING I ~ ORIGINAL PARKINSON 02/95 ADD METRIC T. STANTON 03/03 7/Z6/ZO(Z ;,.,_/ T. STANTON 04/06 CONCRETE JOINT DETAILS UPDATED CV MR/CV 11/11 DRA'MNG NUMBER G-10 DAlE -l ---------------·-··--~-----'"· ------------- ACKNOWLEDGMENT State of California County of San Diego On 3/11/2014 before me, Linda L. Holibonich, Notary Republic (insert name and title of the officer) personally appeared Richard Fleck President who proved to me on the basis of satisfactory evidence to be the person(~ whose name(~ is/are subscribed to the within instrument and acknowledged to me that he/~executed the same in his/~mwl!§lt authorized capacity(~, and that by his/~l>t~k signature(~ on the instrument the person(!:), 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 •a. INllll~tu't.9~~-a,■-IHII L! -~#2028782 _, .. PUIUC-~ • I IIMDIEQO ~ ~ ~, \:::JL Q l ... , (Seal) a-,.,.,.,,:,=..;p_l .. • ~. ,. · ... ··,,, -:. A PLAN 1 O' UNLESS OTHERWISE 1 · SHOWN ON PLAN • I 1.5% 1.5% -- P.C.R. RADIUS i \ -----......... ~ ........................... //11 ..,............-/ I I ! .h / I I / I I / I a; I I ~I CONTACT JOINTS PER STANDARD DRAWING G-1O WHEN SEPARATE POURS ARE MADE \_ BASE MATERIAL AS SHOWN ON PLANS SECTION A-A NOTES: 1. CONCRETE SHALL BE 56O-C-325O. 2. ---------= WEAKENED PLANE JOINTS. 3. --= TYPICAL FLOWLINES. 4. o = ELEVATIONS TO BE SHOWN ON PLANS. 5. 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. RELATIVE COMPACTION TO DEPTH OF 12". LEGEND ON PLANS REVISION BY APPROVED DA TE ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING ADD METRIC T. STANTON 03/03 EFORMATTED T. STANTON 04/06 CROSS GUTTER UPDATED r:,/ MR/r:,/ 11 11 RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER G-12 DATE DETAIL 1 :::::i: ~ ·"":~ :::::> ~ :::::i: Cl NU z ~ ~ (.!) Se • ,11: 'b ~~ z -a. I ig C)U'l r,') DETAIL 1 NOT TO SCALE REVISION BY APPROVED DA TE ORIGINAL PARKINSON 02/95 ADD METRIC T. STANTON 03/03 UPDATE 0. DAVIES 12/04 UPDATED MR MR/CV 03/12 4'-o" TRUNCATED DOMES @ 1.6" TO 2.4" SPACING C/C ••••••••••••••••••••••••• •• ••••••••••••••••••••••••• •••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• 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. 1.6" TO 2.4" 2. TRUNCATED DOME TOP DIAMETER OF 50% OF THE BASE DIAMETER MINIMUM TO 65% OF THE BASE DIAMETER MAXIMUM. 0.65" MIN NOTE: 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. r SEE NOTE# 2 )f R 6 ... . . · .. ~ ~ • f> SEE NOTE # 3 PATTERN, SIZE & ORIENTATION ARE 0.90" TO 1.4" PER MANUFACTURER'S RECOMMENDATION SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY 1HE SAN DIEGO REGIONAL STANDARDS COMMITTEE TRUNCATED DOMES DRAWING NUMBER DATE G-30 SEE NOTE #6 NOTES 4'-0" MIN 1• LANDING 12" WIDE BORDER TRUNCATED DOMES SEE STANDARD DRAWING G-30 12" DETAIL A 12" WIDE BORDER ·1 -,,..-_.,,~;. _.-·.-.:· ,,.....,.,..,....,__ REMOVE & RECONSTRUCT PAVEMENT AS SHOWN ON PLANS TO PROVIDE ~% MAX SLOPE WITHIN 4 -0" RAMP APPROACH. 6" MIN 8" MAX 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. 2. CONCRETE SHALL BE CLASS 520-C-2500. 3. AREAS SHOWN THUS:!~-•:,\".~!] SHALL HAVE A MEDIUM TO HEAVY BROOM TEXTURE FINISH, PERPENDICULAR TO THE AXIS OF THE RAMP. AREAS SHOWN THUS: F><-·::{.:_·}/·I ARE THE MINIMUM REQUIRED FOR A COMPLETE RAMP INSTALLATION. 4. IF OBSTRUCTIONS SUCH AS INLETS, UTILITY 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%). 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. REVISION BY APPROVED DA TE ORIGINAL PARKINSON 02/95 ADD METRIC T. STANTON 03/03 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE _uPDA_r_E -+-t--D._DA_~E_s-+-1-21--1°4 GENERAL NOTES FOR CURB RAMPS 1-----~-D_AlE-1 REVISED T. STANTON 04/06 DRAWING UPDATED MR MR/CV 03/12 NUMBER G-32A TABLE A TABLE B X y 2 CT X y 2 21 CURB RAMP SIDE CURB CURB RAMP SIDE SIDE HEIGHT LENGTH SLOPE TRANS. HEIGHT LENGTH SLOPE SLOPE ( 12:1) ( 10:1) ( 12: 1) (10:1) ( 12: 1) 1" 1'-0" 1'-6" o'-o" 1" 1'-0" 1 '-6" 1 '-0" 2" 2'-0" 1'-8" o'-o" 2" 2'-0" 1'-8" 2'-0" 3" 3'-0" 2'-6" o'-o" 3" 3'-0" 2'-6" 3'-0" 4" 4'-0" 3'-4" o'-o" 4" 4'-o" 3'-4" 4'-o" 5" 5'-0" 4'-2" o'-o" 5" 5'-0" 4'-2" 5'-0" 6" 6'-o" 5'-0" o'-o" 6" 6'-0" 5'-o" 6'-o" 7" 7'-0" 5'-10" 1-0" 7" 1'-0" 5'-10" 7'-0" 8" 8'-0" 6'-8" 2'-0" 8" 8'-0" 6'-8" 8'-0" TYPE A AND B CURB RAMPS TYPE A-1 AND 8-1 CURB RAMPS TABLE C X CT CURB CURB NOTES HEIGHT TRANS. ( 12: 1) 1. DIMENSIONS X, Y, Z, 21, AND CT MAY BE DETERMINED BY USING THE TABLES ON THIS SHEET WITH PRIOR 4" 4'-o" AGENCY APPROVAL. WITHOUT AGENCY APPROVAL, 5" 5'-o" DIMENSIONS SHOULD NOT EXCEED THE MAXIMUM SLOPE OR RATIO PROVIDED. 6" 6'-0" 2. 2* REFERS TO 2 OR 21 IN TABLE B. 2 SIDE SLOPE 7" 1'-0" SHALL BE 10: 1, EXCEPT PER NOTE 3. B" 8'-0" 3. FOR TYPE A-1 AND 8-1 CURB RAMPS, WHERE A 4' 9" 9'-0" LANDING CANNOT BE CONSTRUCTED DUE TO INADEQUATE RIGHT OF WAY, A 3' MINIMUM LANDING IS ACCEPTABLE 10" 10'-0" WITH PRIOR AGENCY APPROVAL AND PROVIDED THE SIDE SLOPES ARE REVISED TO 12: 1 PER SIDE SLOPE 21 IN 11" 11 '-o" TABLE B. 12" 12'-o" 13" 13'-o" TYPE C CURB RAMP REVISION BY APPROVED DATE RECOMMENDED BY THE SAN DIEGO MR/CN 03/12 SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL SJAN,J)ARDS COMMITTEE ORIGINAL MR ,,-t,+111 ··r-:,.. f'r,I ,: <L,V( CN ?/46/Zl)(Z ...... ~l""' - NOTES FOR CURB RAMPS ClfAIRPERSON R.C.E. 19246 DATE DRA'MNG NUMBER G-328 0 MONOLITHIC CURB IF SPECIFIED OR REQUIRED 12" WIDE BORDER~~ SEE DETAIL A STANDARD DRAWING G-32A SIDEWALK CURB SIDEWALK .-~------ ------------R/W 4'-o· z L_.A PLAN -TYPE A MONOLITHIC CURB IF SPECIFIED OR REQUIRED FACE OF CURB z 12" WIDE BORDER TRANsmoN AREA 4' MIN 4'-o· z l._A R LIP {TOE) OF GUTTER SEE DETAIL A STANDARD DRAWING G-32A PLAN -TYPE B X ,:•:· .. : ·=·· : ·_:: .' :.·. ·: .. : : .': :·•-.... _. ·: -~ . : :, . ELEVATION NOTES: TOP OF CURB GUTTER FLOW LINE 1. SEE STANDARD DRAWING G-32A FOR GENERAL NOTES. y 5% MAXIMUM GUTTER APRON SLOPE AT RAMP OPENING SEE DETAIL B STANDARD DRAWING G-32A 2. FOR TRUNCATED DOMES DETAILS, SEE STANDARD DRAWING G-30. 3. Z SIDE SLOPE SHALL BE 10:1. SECTION A-A 4. LANDING CROSS SLOPE SHALL BE 2.0% MAX IN BOTH DIRECTIONS. 5. SEE STANDARD DRAWING G-32B FOR X, Y, AND Z DETAILS. REVISION BY APPROVED DA TE ORIGINAL BAHMANIAN 04/86 ADO 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 -TYPES A AND B (NEW CONSTRUCTION) RECOMMENDED BY THE SAN DIEGO REGIONAL STAND.ARDS COMMITTEE DRAWING NUMBER G-27 DAlE STREET LOCATIONS I 1. .,.; ~\ I ,. -::~:=~ I I .,, .... I I ;?t( ·-.,:·· ... I I ...... I I ,::· .... .. :··-\:: I I ~~~t I I • .. ... ■ I ... I ,:-;-:-. I ., ., I I I I I I I I ~ •1 •1 --t+ _J --•--.__ +t ■ t+ w w w .1 I I ·' I I I , I I ' I ' I I 1 I I ~l -·~ ·1 , .. ,. 1· I •t?,. I ~-,. l • •• ··~ ;. ... j:~·. I , ... I .•.4. :~~~ ~j:•~ I -... I , .. r , I I •' I ., I ., I II I I I \ Q) C ~ I I 0, iE C I I • ~ Cl '5 Q) ... :::IE I I Q) $ "Cl "S 0 .c (/) □ 7 FREEWAY LOCATION r-:KERS -Shall be blue 2-way stimsonite lifelite 88AB or equal. _6_" -J-..... \ ..... T_raf_fic stripe ADHESIVE -An ample amount of two (A&B) epoxy or equal. Marker •T DETAIL SURFACES -Clean and dry prior to installation per manufacturer's recommendations. Install markers with reflective surfaces facing oncoming vehicles and offset 2" from lane 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 lane lines or streets with raised pavement markers and no painted lane lines, install markers 6" from centerline or existing markers. Revision ORIGINAL H. Hecht 10 82 SAN DIEGO REGIONAL STANDARD DRAWING Add Metric T. Stanton 03/03 Reviewed T. Stanton 04/06 D. Gerachoffe 05/12 FIRE HYDRANT MARKERS LEGEND ON PLANS Marker ■ Fire Hydrant l><?<J RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER M-19 ........... "'~}?'' WATER OR SEWER MAIN AC PAVEMENT/ ANISH GRADE . ·. BACKALL · · TRENCH BOTTOM CUT-OFF WALL FOR GRADES 20% TO 50% NOTES: a• CONCRETE WALL 4 BARS e• ON CENTER, E&W • C",ICJO ...... lsEE WALL .. SECTION 'A' WALL SECTION 'A' ELEVATION WATER OR SEWER MAIN AGAINST TRENCH WALL SECTION 'A' PLAN 1 ~ REFER TO AGENCY SPECIFICATIONS WHERE APPLICABLE 2 FOR USE AS TRENCH BACKF1LL STABILIZATION IN TRAVELED AREAS 3 THE DETAILS SHOWN REPRESENT THE MINIMUM REQUIRED. THE ENGINEER OF WORK IS REQUIRED TO PROVIDE A SUBMITTAL TO THE AGENCY OF JURISDICTION FOR REVIEW AND APPROVAL BY THE AGENCY'S ENGINEER PRIOR TO INSTALLATION 4) WALLS SHALL BE REINFORCED CONCRETE OR 8" x a• x 16" CONCRETE BLOCK, REINFORCED AND ALL CORES FILLED WITH GROUT SEE SPECIFICATIONS -!l--11- 5) FOR GRADES OVER 50% SEE WP-O5/SP-O5 LEGEND ON PLANS roved Dote ORIGINAL J. Tomasulo 03/05 SAN DIEGO REGIONAL STANDARD DRAWING CUT-OFF WALL INSTALLATION IN TRAVELED AREAS RECOMMENDED BY 'THE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRA'MNG NUMBER 't/U/20/Z SP-07 Appendix E CCTV Report for Valley Street Tabular Report of PLR 108-35 y for CITY OF CARLSBAD Work Order Contract Video Setup 7 Facility Operator NJP Van Ref 11 Surveyed On 08/01/2012 Street Name Valley St City Carlsbad Location type Surface Survey purpose Random survey of pipes and things Weather Dry Pipe Use Storm Sched length Ft From5C-19 Depth Ft Shape Circular Size 27 by ins To 108-35 Depth Ft Material Concrete -Reinforced Joint Spacing Ft Direction Up Lining Year laid Pre-clean Last Cleaned General note Structural Service Constructional Location note Miscellaneous Hydraulic Video Count CD Code Sev Fr To Value Remarks o.o ST Start of Survey 0.0 MH Manhole/Node 5C-19 0.0 WL Water level 0 436.6 H Hole 111 sewer 01 SOIL AND REBAR VISIBLE 560.6 GO General observation CAMERA SLIPPING ON ORY PIPE 560.6 SA Survey abandoned 560.6 Ft Total Length Surveyed Scores Structural: Total O Mean Defect o Peak o Mean Pi e o Service: Total 0 Mean Defect o Peak o Mean Pipe o Affordable Pipeline Services Phone: 858-689-4000 Fax: 858-689-4034 Pipe Graphic Report of PLR 108-35 y for CITY OF CARLSBAD Work Order Contract Video Setup 7 Facility Operator NJP Van Ref 11 Surveyed On 08/01/2012 Street Name Valley St City Carlsbad Location type Surface Survey purpose Random survey of pipes and things Weather Dry Pipe Use Storm Schedule length Ft From 5C-19 Depth Ft Shape Circular Material Concrete -Reinforced Lining General note Location note 0 Ft tn C < Cl) -< Q -, 560.6 Ft ~ 0 u:: QJ 0. a: Size 27 by ins To 108-35 Depth Ft Joint spacing Ft Direction Upstream Year laid Pre-clean Last cleaned 0.0 Ft Start of SLffvey Manhole/Node [SC-19) Water level O Structural Miscellaneous Service Hydraulic 436.6 Ft Hole in sewer 01 o'clock [SOIL AND REBAR VISIBLE] 560.6 Ft General observnt1on (CAMERA SLIPPING ON DRY PIPE] Survey abancloned Constructional Affordable Pipeline Services Phone: 858-689-4000 Fax: 858-689-4034 0 CCTV pictures of 10B-35 Work Order Street Name Valley St Location Date: 08/01/2012 Distance: 436.6 Ft Obs: Hole in sewer Comments: SOIL AND REBAR VISIBLE y for CITY OF CARLSBAD Video City Name Carlsbad Surveyed On 08/01/2012 From Manhole 5C-19 Date: 08/01/2012 Distance: 436.6 Ft Obs: Hole in sewer Comments: SOIL AND REBAR VISIBLE ✓- Affordable Pipeline Services Phone: 858-689-4000 F,x: 858-689-4034 Direction Upstream Setup 7 Weather Dry To Manhole 108-35 Appendix F Valley Street Pothole Data 0 I , I I I I I I I r I I I I I I I ~. I COUNTY OF SAN DIEGO DEPARTMENT OF PUBLIC WORKS ENGINEERING SERVICES 5500 Overland Avenue, Suite 310 San Diego, CA 92123-1295 Valley St Storm Drain Improvement -Potholing Carlsbad, Callfomia AirX Contract No. 538000, Task Order No. 5 Utility Potholing Work Performed: September 4, 2012 Report Date: September 6, 2012 TABLE OF CONTENTS 1. Project Description and Comments 2. Pothole Layout Plan 3. Tabulation of Pothole Data 4. Project Area Photographs 5. Record of Test Hole Data Sheets PREPARED BY AIRX UTILITY SURVEYORS, INC. 2534 EAST EL NORTE PARKWAY, UNIT C ESCONDIDO, CA 92027-3751 Tel. 760-480-2347 www.airxus.com I I I I I I I I I I I I I I I I I I I PROJECT DESCRIPTION AND COMMENTS AirX was retained by the Lawrence Hirsh of the County of San Diego to verify six utility locations and depths on Valley Street. These potholes are located in between Carlsbad Village Dr. and Buena Vista Way on Valley St. in Carlsbad, California. The utility information provided in this report will assist design work for the proposed storm drain improvement for this area. The County required AirX to obtain an encroachment permit plus a traffic control permit and plan. AirX adjusted the location slightly to correspond with the utility mark.outs and our own utility location work. Minor traffic control was required as the location had a single lane in each direction. AirX used potable water acquired 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. We placed a layer of clean backfill material over the exposed utilities and compacted to 95% density. The pavement was patched with an equal thickness of replacement asphalt (for potholes in paving). All pothole work was performed on September 4, 2012. ' I ~ I I I I I I I t I I I I I I I K., 50 41 l I I I I I ' ' I ' i I i I I I I I I ·-20'!.,' rn,'·'.~1LE , ~r ,,. 2; : . I I ml I I ! i i I I I I ., I I I I i I I I i I i I I .i I I • ,z i.J I I ! , ' i I i ! IIUINNIN■ ■ D '711 OLAIRI ., ..... ,., .. I I I I I I I I I I I I I I I I I I I 60 60 1111.ANNIN•r"'I ., .. ~ 111.114.I= -.,.-.. -------,,..... --------.,. - POTHOLE TABULATION VALLEY ST. STORM DRAIN IMPROVEMENTS Pothole Utility Utility Size Depth-Ground to Depth-Ground to Location & Description Notes Number Type & Material Top of Utility Bottom of Utility 1 Water 14.0" CCMLS 27.0" TP Comer of Valley and McCauley Ln. 2 Water 14.0. ACP 49.0. T/P Comer of Valley and McCauley Ln 3 Water 10.0" ACP 46.0" TIP In dirt on northwestern Valley St 4 Gas 2.o· stee1 43.0"T/P In Dirt on northwestern Valley St 5 Water 14.0" CCMLS 54.0.T/P On Valley St nearing Buena Vista Dr. 6 Water 14.0" ACP 48.0"T/P On Valley St nearing Buena Vista Dr. I I I I I I I I I I I I I I I I I I I PROJECT AREA PHOTOGRAPHS Photo 1 (Above Left): Southwestern side of Valley St. PothOles 1 and 2 are in view. Just northeast of this photo Is the comer of Valley and McCauley. Photo 2 (Above Right): Still in view are potholes 1 and two. . Looking north on Valley St. at the intersedion of McCauley Ln. Photo 3 (Above Left): Southeastern view of Valley St. towards Carlsbad Village Or. The main source of traffic in this area is Carlsbad Village Or, Potholes 1 and 2 can be seen. Photo 4 (Above Right): This photo is a northwestern view of Valley St, looking towards Buena Vista Way. The two pink fines are Indicating the direction of utllltv found in potholes 3 and 4. Photo 5 (Above Left): Looking northeast across Valley St. Potholes 5 and 6 are in view. Photo 6 (Above Right): Looking north on Valley St., at the intersedion of Buena Vista Way. Pothole 5 is in the bottom center of the photo and pothole 6 Is at the bottom right comer. I I I I I I I I I I I I I I I ' RECORD OF TEST HOLE DATA UTILITY TYPE Water 2 3 4 APPROXIMATE STATION 1 2 3 4 SIZE & MATERIAL 14.0" CCMLS NORTHING COORDINATES UTILITY DEPTH 27.0"TIP EASTING COORDINATES PAVEMENT THICKNESS: ASPHALT: 8.0" UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Area view of Valley St. at the McCauley Ln. intersection. Potholes 1 and 2 are located Just northeast on the comer. In the distance, the Carlsbad Village Dr. Intersection can be seen. Yes Yes Yes AIRX JOB NO: X120064 TEST HOLE NO: 001 DATE DUG: 09/04/2012 ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Dirt OVERBURDEN MATERIAL: Dirt UTILITY DIRECTION NW/SE ..... • \I In the area shot, pothole 1 Is the hole further from the curb. The crew dug to a shallow depth of 27.0" TIP to find the 14.0" CCMLS water pipe. I I I I I I I I I I I I I I I I I I I 2 UTILITY TYPE Water --------3 ______ _ 4 -------- APPROXIMATE . STATION 2 ------3 ------4 PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 14.0" ACP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: At the bottom of this picture, pothole 2 can be seen. Area view looking southwest across Valley St. This pothole is near the northeastern curb. RECORD OF TEST HOLE DATA AIRX JOB NO: X120064 TEST HOLE NO: 002 DATE DUG: 09/04/2012 UTILITY DEPTH 49.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM EASTING GROUND UTILITY COORDINATES ELEVATION ELEVATION ASPHALT: 6.0" CONCRETE: BASE COURSE: Yes TRACER WIRE FOUND: No Yes PIPE COVER MATERIAL: Dirt Yes OVERBURDEN MATERIAL: Dirt UTILITY DIRECTION NW/SE Al a depth of 49.0" TIP, the crew located the 14.0" ACP water pipe. The ground material was soft dirt. I I I I I I I I I I I I I I I I RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Water ---------------- APPROXIMATE STATION ------ ------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 10.0" ACP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 46.0"T/P EASTING COORDINATES ASPHALT: Yes Yes Yes There are two pink lines beyond the curb in the dirt. Pothole 3 is the line Just past the crest of the curb. Crew excavated in the dirt, just past the concrete curb. ENCASEMENT TOP GROUND ELEVATION CONCRETE: AIRX JOB NO: X120064 TEST HOLE NO: 003 DATE DUG: 09/04/2012 ENCASEMENT BOTTOM UTILITY ELEVATION UTILITY DIRECTION NW/SE BASE COURSE: Dirt TRACER WIRE FOUND: No Dirt Dirt PIPE COVER MATERIAL: OVERBURDEN MATERIAL: The locating nails are In the curb asphalt. At a depth of 46.0" TIP, the crew located the 10.0• ACP water pipe. I I I I I I I I I I I I I I I I I I RECORD OF TEST HOLE DATA UTILITY TYPE 1 Gas 2 3 4 SIZE & MATERIAL 2.0" Steel UTILITY DEPTH 43.0" TIP APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: ASPHALT: Yes Yes Yes Pink line to the far left of the picture Is pothole 4. The direction of the gas utility is NW/SE. Pothole 3 is to the left of the asphalt curb. Because the dig was in the dirt. no patching was needed. AIRX JOB NO: X120064 TEST HOLE NO: 004 DATE DUG: 09/04/2012 ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION UTILITY DIRECTION NW/SE CONCRETE: BASE COURSE: Dirt TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt At a depth of 43.0" TIP, the crew located the gas pipe which Is travelling the same direction as all the water utilities on this side of Valley. I 1· ·I I I I I I I I .I I I 1· I I RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Water ------------------------ APPROXIMATE STATION ------------------ SIZE & MATERIAL 14.0" CCMLS NORTHING COORDINATES UTILITY DEPTH 54.0" TIP EASTING COORDINATES PAVEMENT THICKNESS: ASPHALT: 6.0" UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Pothole 5 and 6 are on the northwest side' of this project. These potholes were excavated in the northwest bound lane of Valley St near Buena Vista Way. Yes Yea Yes AlRX JOB NO: X120064 TEST HOLE NO: 005 DATE DUG: 09/04/2012 ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt UTILITY DIRECTION NW/SE The 14.0" CCMLS water pipe was found at a depth of 54.0" TIP. This pothole is near the "STOP" paint on the northwest side of Valley St. I I 1. I I I I I I I I I I I I I I RECORD OF TEST HOLE DATA UTILITY TYPE Water 2 3 4 APPROXIMATE STATION 1 2 3 4 SIZE & MATERIAL 14.0" ACP NORTHING COORDINATES UTILITY DEPTH 48.0" TIP EASTING COORDINATES PAVEMENT THICKNESS: ASPHALT: 6.0" UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Pothole 6 is the hole located closer to the curb. This photo is taken looking northwest on Valley Sl, towards Buena Vista Way. Yes Yes Yes AIRX JOB NO: X120064 TEST HOLE NO: 006 DATE DUG: 09/04/2012 ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt UTILITY DIRECTION NW/SE After digging through 48.0" of soft dirt, the crew found the 14.0'' ACP water pipe. This dig was nearly against the curb. Appendix G Highland Drive Pothole Data SURVEYORS REPORT FOR City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 Attn: Sherri Howard Sherri.Howard@carlsbadca.gov PROJECT #X130047 Report date: 07/01/2013 Northwest Quadrant Storm Drain Improvement Project Potholing for Existing Utilities Highland Drive/Linda Lane Improvements Carlsbad, California TABLE OF CONTENTS 1. Introduction 2. Project Description and Comments 3. Google Map / Pothole Layout (Linda Lane) 4. Google Map / Pothole Layout (Linda Lane -Cul-De-Sacs) 4. Tabulation Report (Linda Lane) 5. Record of Test Hole Data Sheets (Linda Lane) 6. Google Map/ Pothole Layout (Highland Drive) 7. Tabulation Report (Highland Drive) 8. Record of Test Hole Data Sheets (Highland Drive) PREPARED BY AIRX UTILITY SURVEYORS, INC. 2534 EAST EL NORTE PARKWAY, UNIT C ESCONDIDO, CA 92027-3751 www.airxus.com Page 1 of3 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 14 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 centerline (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to the nearest ½ 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 both Highland Drive and Linda Lane in Carlsbad, CA. The information obtained will assist design work for the proposed Northwest Quadrant Storm Drain Improvement Project (No.6608). In preparation of these excavations, AirX marked out the dig locations and called in for USA (Underground Service Alert). In order to verify the alignment, Steve Tueting of AirX completed a pre-dig walkthrough with Sheri Howard and during the inspection two potholes (PH10 and PH21) on Linda Lane were eliminated. Because the HOPE gas meanders potholes 7 and 9 were repositioned to pick up both gas and sewer eliminating pothole 8 and 1 O at that end of the Cul-De-Sac. These actions caused the pothole numbers to seem to be out of sequence. Since duplicate pothole numbers existed between Highland Drive and Linda Lane, for reporting purposes, all potholes located and excavated on Highland Drive are designated with an H (e.g. 10H). In the report, utilities that run perpendicular to Linda Lane (and parallel to Monroe Avenue) are identified as running NNW-SSE. Utilities that run parallel with Highland Drive are identified as running NW/SE and utilities that run perpendicular to Highland Drive are identified as running NE/SW. The AirX crew identified a concrete encasement in pothole 5, and it is believed that the three utilities (AT&T, TWC and Electric) on the mark out are all within the encasement. It was necessary for pothole 13 on Linda Lane to be dug on two separate days because the crew encountered what was believed to be concrete over-pour from the street gutter construction making the excavation process more difficult and time consuming. Page 2 of3 The AirX crew had to dig both potholes 12H and 12AH on Highland Drive to locate the same utility (water service) because pothole 12H was mismarked by 24" and the utility identified in pothole 1 OH was found to be 36" off of the original mark out. Traffic control plans and permits were drawn and applied for by AirX. No parks were set as required by the city. The AirX crews spent five days with the use of hydro-excavation equipment potholing for utilities. 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 potholing was performed from June 21, 2013 to June 27, 2013. Page 3 of3 POTHOLE TABULATION FOR LINDA LANE (CARLSBAD, CALIF.) Pothole Top of Bottom of Utility Number Utility Type Utility Size & Material Utility Depth Encasement Encasement Orientation Description & Location Notes 1 AT&T SLURRY ENCASEMENT 1.0"T/E 24.0'' 8/E N/S 2 SEWER LAT 4.0"VCP 65.0" TIP NW/SE 2 GAS 3/4"STEEL 44.0"TIP N/S 3 WATER 6.0'' ACP 46.0"TIP NNW/SSE 3 GAS 3/4"STEEL 39.0"T/P NNE/SSW 4 GAS 3/4" STEEL 39.5"TIP NE/SW 4 SEWER 6.0'' VCP 68.5"T/P NW/SE 5 ELECTRIC CON. ENCASEMENT 7.[J'T/E 40.0" 8/E NW/SE 5 TWC CON. ENCASEMENT 7.0'' T/E 40.0" 8/E NW/SE 5 AT&T CON. ENCASEMENT 7.0'' T/E 40.0" 8/E NW/SE 6 GAS 1.5"STEEL 36.0'' T/P NW/SE 6 WATER 6.0"ACP 45.5" TIP NE/SW 7 SEWER LAT 4.0"VCP 77.5"T/P NE/SW 7 GAS 3/4"STEEL 38.5" TIP NW/SE 8 TWC 1.0"PVC 25.0" TIP NNW/SSE 8 ELECTRIC 2.0"PVC 31.0'' TIP NNW/SSE 8 WATER 3/4"STEEL 43.0'' T/P NE/SW -- 8 GAS 3/4" STEEL 31.0"T/P NNW/SSE 9 SEWER LAT 4.0"VCP 67.0"T/P NW/SE 9 WATER 6.0"ACP 39.0"T/P N/S 10 Not Used 11 WATER SER. 3/4"STEEL 30.0'' TIP NNW/SSE 12 SEWER LAT 4.0''VCP 51.5" TIP NNW/SSE 13 GAS 3/4" STEEL 59.0"T/P NNW/SSE 14 WATER SER. 3/4"COPPER 35.0"TIP NNW/SSE 15 SEWER LAT 4.0"VCP 47.0''T/P NNW/SSE 16 WATER 6.0'' ACP 38.0'' TIP NNW/SSE (HYDRANT) 17 WATER B.0"ACP 44.0'' TIP NW/SE 18 SEWER 6.0''VCP 59.0"T/P NW/SE POTHOLE TABULATION FOR LINDA LANE (CARLSBAD, CALIF.) Pothole Top of Bottom of Utility Number Utility Type Utilltv Size & Material Utility Depth Encasement Enoasement Orientation Description & Location Notes 19 GAS 2.0'' STEEL 31.0'' TIP NW/SE 20 STORM DRAIN 36.0'' RCP 98.0"T/P NW/SE 21 Not Used 22 GAS 1.5"STEEL 31.0'' T/P NW/SE (3/4" steel tee runs SW) 0 0 RECORD OF TEST HOLE DATA UTILITY TYPE AT&T 2 3 4 SIZE & MATERIAL Slurry Encasement UTILITY DEPTH APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: ASPHALT: 4.0" Yes Yes Yes This photo was taken looking northeast with pothole 1 in view. There is a visible crack in the pavement that is at the western edge of the encasement. AIRX JOB NO: X130047 TEST HOLE NO: 1 DA TE DUG: 06/26/2013 ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION 1.0"T/E GROUND ELEVATION 24.0" B/E UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Slurry Dirt N/S The shallow AT&T slurry encasement was found at a depth of 1.0" TIE to 24.0" B/E and travels N/S. RECORD OF TEST HOLE DATA UTILITY TYPE 1 Sewer Lateral 2 Gas 3 4 APPROXIMATE STATION 2 ------3 ------ 4 PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 4.0"VCP 3/4" Steel NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 65.0"T/P 44.0" T/P EASTING COORDINATES ASPHALT: 5.0" Yes Yes Yes Pothole 5 was excavated in the northern cul-de-sac on Linda Lane. Two utilities were marked and found in this pothole. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 2 DA TE DUG: 06/26/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No UTILITY DIRECTION NW/SE N/S PIPE COVER MATERIAL: Native Soil OVERBURDEN MATERIAL: Native Soil The 3/4" steel gas pipe was found traveling N/S at a depth of 44.0" TIP and the sewer service lateral was found at 65.0" T/P traveling NW/SE. RECORD OF TEST HOLE DATA UTILITY TYPE Water 2 Gas 3 4 APPROXIMATE STATION 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 6.0" ACP 3/4" Steel NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 46.0" TIP 39.0" T/P EASTING COORDINATES ASPHALT: 5.0" Yes Yes Yes Pothole 3 is located in the northern cul-de-sac on Linda Lane. This photo was taken looking northeast towards 2094 Linda Lane. AIRX JOB NO: X1300473 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 3 DATE DUG: 06/26/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Dirt OVERBURDEN MATERIAL: Dirt UTILITY DIRECTION NNW/SSE NNE/SSW The 6.0" ACP water pipe was found at a depth of 46.0" T/P and travels NNW/SSE. The 3/4" steel gas line was found at a depth of 39.0" T/P and travels NNE/SSW. RECORD OF TEST HOLE DATA UTILITY TYPE Gas 2 Sewer 3 4 APPROXIMATE STATION 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 3/4" Steel 6.0"VCP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 39.S"T/P 68.S"T/P EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes This is a northern view of the northern cul-de-sac of Linda Lane. Pothole 4 was excavated at the point of the court where it begins to round. AIRX JOB NO: X130047 TEST HOLE NO: 4 DATE DUG: 06/26/2013 ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Dirt OVERBURDEN MATERIAL: Dirt UTILITY DIRECTION NE/SW NW/SE The arrow is pointing at the 6.0" VCP sewer pipe at a depth of 68.5" TIP. The 3/4" steel gas line was found at 39.0" T/P. RECORD OF TEST HOLE DATA UTILITY SIZE & UTILITY TYPE MATERIAL DEPTH 1 Electric Concrete Encasement 2 TWC 3 AT&T 4 APPROXIMATE NORTHING EASTING STATION COORDINATES COORDINATES 2 -------3 -------4 ------- PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: ASPHALT: 7.0" Yes Yes Yes This picture was taken looking northeast towards Linda Lane from Monroe Street. The street paint shows findings of three different electrical utilities including TWC and AT&T. AIRX JOB NO: X130047 TEST HOLE NO: 5 DATE DUG: 06/25/2013 ENCASEMENT ENCASEMENT UTILITY TOP BOTTOM DIRECTION 7.0" T/E 40.0" B/E NW/SE 7.0"T/E 40.0" B/E NW/SE 7.0"T/E 40.0" B/E NW/SE GROUND UTILITY ELEVATION ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Concrete OVERBURDEN MATERIAL: Native Soil The concrete encasement, which is suspected to encase three separate utilities, was found at a depth of 7.0" T/E to 40.0" B/E. One of the ducts was visible at the bottom of the encasement. RECORD OF TEST HOLE DATA UTILITY TYPE 1 Gas 2 Water 3 4 APPROXIMATE STATION 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 1.5" Steel 6.0" ACP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 36.0" T/P 45.5"T/P EASTING COORDINATES ASPHALT: 4.0" Yes Yes Yes , Pothole 6 is located at the intersect of the cul-de-sac portion of Linda Lane and the perpendicular portion of Linda Lane. AIRX JOB NO: X130047 TEST HOLE NO: 6 DATE DUG: 06/27/2013 ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Dirt Dirt UTILITY DIRECTION NW/SE NE/SW The 1.5" steel gas line was found at a depth of 36.0" TIP and the 6.0" ACP water pipe was found at a depth of 45.5" T/P. RECORD OF TEST HOLE DATA 2 3 4 2 UTILITY TYPE Sewer Lateral Gas ------------------------ APPROXIMATE STATION ------3 _____ _ 4 ------ SIZE & MATERIAL 4.0"VCP 3/4" Steel NORTHING COORDINATES UTILITY DEPTH 77.5"T/P 38.5"T/P EASTING COORDINATES PAVEMENT THICKNESS: ASPHALT: 4.0" UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Pothole 7 was excavated in the southern cul-de-sac of Linda Lane. The home in view is 2095 Linda Lane. Yes Yes Yes AIRJ< JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 7 DATE DUG: 06/27/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Dirt OVERBURDEN MATERIAL: Dirt UTILITY DIRECTION NE/SW NW/SE The middle picture shows the 4.0" VCP sewer lateral at a depth of 77.5" TIP and the picture to the right is the 3/4" steel gas line which was found at 38.5" deep. RECORD OF TEST HOLE DATA UTILITY SIZE & TYPE MATERIAL 1 TWC 1.0" PVC 2 Electrical 2.0" PVC 3 Water 3/4" Steel 4 Gas 3/4" Steel APPROXIMATE NORTHING STATION COORDINATES 1 2 3 4 COMMENTS: Picture taken in the northern cul-de-sac of Linda Lane looking northeast. Four different utilities were found at this location. UTILITY DEPTH 25.0" T/P 31.0"T/P 43.0" T/P 31 .0" T/P EASTING COORDINATES AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION ASPHALT: 4.0" TEST HOLE NO: 8 DATE DUG: 06/26/2013 ENCASEMENT BOTTOM UTILITY ELEVATION TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Four utilities were found at this location. See above for details of utility depth and type. UTILITY DIRECTION NNW/SSE NNW/SSE NE/SW NNW/SSE No Native Soil Native Soil UTILITY TYPE Sewer Lateral 2 Water --------3 --------4 _______ _ 2 APPROXIMATE STATION ------3 _____ _ 4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 4.0"VCP 6.0" ACP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Looking SSE at pothole 9 in the southern cul-de-sac of Linda Lane. Pothole 9 is in view. RECORD OF TEST HOLE DATA UTILITY DEPTH 67.0"T/P 39.0"T/P EASTING COORDINATES ASPHALT: 5.0" Yes Yes Yes AIRX JOB NO: X130047 TEST HOLE NO: 9 DATE DUG: 06/27/2013 ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Dirt Dirt UTILITY DIRECTION NW/SE N/S The 6.0" ACP water pipe was found at a depth of 39.0" TIP and travels N/S. The 4.0" VCP sewer lateral was found at 67.0" deep and travels NW/SE. RECORD OF TEST HOLE DATA 2 3 4 1 2 3 4 UTILITY TYPE Water Service -------- ---------------- APPROXIMATE STATION ------------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 3/4" Steel NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 30"T/P EASTING COORDINATES ASPHALT: 4.0" Yes Yes Yes Looking SSE at pothole 11 from Linda Lane, located in front of 2045 Linda Lane. Pothole 11 was found in line with all area markings. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 11 DATE DUG: 06/27/2013 ENCASEMENT BOTTOM UTILITY ELEVA TIO~ CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Dirt OVERBURDEN MATERIAL: Dirt UTILITY DIRECTION NNW-SSE The 3/4" steel water service pipe was found at a depth of 30.0" T/P. The utility runs NNW-SSE. RECORD OF TEST HOLE DATA AIRX JOB NO: X130047 UTILITY TYPE Sewer Lateral 2 3 4 APPROXIMATE STATION 1 2 3 4 SIZE & MATERIAL 4.0"VCP UTILITY DEPTH 51 .5" TIP ENCASEMENT TOP TEST HOLE NO: 12 DATE DUG: 06/27/2013 ENCASEMENT BOTTOM NORTHING EASTING GROUND UTILITY COORDINATES COORDINATES ELEVATION ELEVATION PAVEMENT THICKNESS: ASPHALT: 4.0" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: Yes TRACER WIRE FOUND: No MARKOUT LOCATION CORRECT: Yes PIPE COVER MATERIAL: Dirt UTILITY SHOWN ON PLAN: Yes OVERBURDEN MATERIAL: Dirt COMMENTS: UTILITY DIRECTION NNW-SSE Looking SSE at pothole 12 from Linda Lane, located in front of 2035 Linda Lane in the NE bound lane. Down hole view of 4.0" VCP Sewer Lateral found at a depth of 51.5" T/P in pothole 12. The utility runs NNW-SSE. RECORD OF TEST HOLE DATA UTILITY TYPE 1 Gas 2 3 4 APPROXIMATE STATION 2 -------3 -------4 ------- PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 3/4" steel NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 59"T/P EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes Area view of pothole 13 looking NNW from the southern sidewalk on Linda Lane. The utility is clearly marked running NNW-SSE and that was verified when the utility was found. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 13 DATE DUG: 6/27/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Dirt OVERBURDEN MATERIAL: Dirt UTILITY DIRECTION NNW-SSE During the excavation of pothole 13, the crew encountered what was possibly cement over-pour making it more difficult to reach the depth needed to find the 3/4" s1eel gas utility found at a depth of 28.0" TIP. RECORD OF TEST HOLE DATA 2 3 4 1 2 3 4 UTILITY TYPE Water service ---------------- APPROXIMATE STATION ------------------------ SIZE & MATERIAL 3/4" Copper NORTHING COORDINATES UTILITY DEPTH 35.0"T/P EASTING COORDINATES PAVEMENT THICKNESS: ASPHALT: 6.0" UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: This photo was taken looking towards the Carlsbad High School football field from Linda Lane. The pothole was dug in front of the driveway at 2015 Linda Lane. Yes Yes Yes AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 14 DA TE DUG: 06/24/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No UTILITY DIRECTION NNW/SSE PIPE COVER MATERIAL: Soft Dirt OVERBURDEN MATERIAL: Soft Dirt The 3/4" copper water service line was found in soft dirt at a depth of 35.0" TIP. The utility travels NNE/SSW. RECORD OF TEST HOLE DATA 1 UTILITY TYPE Sewer Lateral --------2 _______ _ 3 4 2 3 4 -------- APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 4.0"VCP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 47"T/P EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes Area view of pothole 15 looking northeast down Linda Lane from the intersection of Monroe Street and Linda Lane. AIRX JOB NO: X~30047 ENCASEMENT TOP GROUND ELEVATION. TEST HOLE NO: 15 DATE DUG: 06/24/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No UTILITY DIRECTION NNW/SSE PIPE COVER MATERIAL: Soft Dirt OVERBURDEN MATERIAL: Soft Dirt Al a depth of 47.0" T/P, the crew found a 4.0" VCP Sewer Service Lateral utility running NNW/SSE. RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Water ( Hydrant) ------------------------ APPROXIMATE STATION ------------ ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 6.0" ACP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 38.0" T/P EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes The fire hydrant in the photo is located on the southeast comer at the intersection of Monroe Street and Linda Lane. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 16 DATE DUG: 06/24/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No UTILITY DIRECTION NNW/SSE PIPE COVER MATERIAL: Soft Dirt OVERBURDEN MATERIAL: Soft Dirt At a depth of 38.0" T/P, the crew found the 6.0" ACP water pipe traveling NNW/SSE. UTILITY TYPE Water 2 3 4 APPROXIMATE STATION 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 8.0" ACP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: This photo was taken looking southwest towards the southwest comer of Linda Lane and Monroe Street. Pothole 17 is the pothole at the bottom of the photo. RECORD OF TEST HOLE DATA UTILITY DEPTH 44.0" T/P EASTING COORDINATES ASPHALT: 7.0" Yes Yes Yes AIRX JOB NO: X1 30047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 17 DATE DUG: 06/25/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No UTILITY DIRECTION NW/SE PIPE COVER MATERIAL: Native Soil OVERBURDEN MATERIAL: Native Soil The 8.0" VCP water pipe was found at a depth of 44.0" T/P and travels NW/SE along Monroe Street. RECORD OF TEST HOLE DATA 1 2 3 4 UTILITY TYPE Sewer SIZE & MATERIAL 6.0"VCP UTILITY DEPTH 59.0"T/P ENCASEMENT TOP AIRX JOB NO: X130047 TEST HOLE NO: 18 DATE DUG: 06/27/2013 ENCASEMENT BOTTOM UTILITY DIRECTION NW/SE APPROXIMATE NORTHING EASTING GROUND UTILITY STATION COORDINATES COORDINATES ELEVATION ELEVATION 1 2 3 4 PAVEMENT THICKNESS: ASPHALT: 7.0" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: Yes TRACER WIRE FOUND: No MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Yes Yes This photo was taken looking· southwest from the centerline of Monroe Street with the Carlsbad High School football Stadium in the background. PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Native Soil Native Soll The 6.0" VCP sewer pipe was found at a depth of 59.0" T/P and travels NW/SE along Monroe Street. RECORD OF TEST HOLE DATA 1 2 3 4 1 2 UTILITY TYPE Gas -------------------------------- APPROXIMATE STATION ------------3 _____ _ 4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 2.0" Steel NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 31.0" TIP EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes Pothole 19 is located at the traffic cone in the picture. This is just outside the parking lot exij of the Carlsbad High School football field. This driveway is adjacent to Linda Lane across Monroe Street. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 19 DATE DUG: 06/25/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No UTILITY DIRECTION NW/SE PIPE COVER MATERIAL: Native Soll OVERBURDEN MATERIAL: Native Soil The 2.0" steel gas line was found in pothole 19 at a depth of 31.0" TIP and travels NW/SE. RECORD OF TEST HOLE DATA UTILITY TYPE 1 Storm Drain 2 3 4 APPROXIMATE STATION 1 2 3 4 PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 36.0" RCP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 98.0"T/P EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes This pothole is located on Monroe Street, in front of the high school, at the intersection of Linda Lane. ENCASEMENT TOP GROUND ELEVATION CONCRETE: AIRX JOB NO: X130047 TEST HOLE NO: 20 DATE DUG:. 06/25/2013 ENCASEMENT BOTTOM UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NW/SE TRACER WIRE FOUND: No Native Soil Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: The 36.0" RCP storm drain util~y was found at a depth of 98.0" TIP and travels NW/SE. RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Gas Tee Service ------------------------ APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 1.5" Steel 3/4" Steel NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 31 .0" T/P EASTING COORDINATES ASPHALT: 4.0" Yes Yes Yes This area photo was taken looking SSE at pothole 22. This is located on the southwestern side of the southern cul-de-sac. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 22 DATE DUG: 06/27/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Dirt OVERBURDEN MATERIAL: Dirt UTILITY DIRECTION NW/SE SW The gas main and tee service was found in pothole 22. The main was found at 31 .0" T/P and travels NW/SE and the service travels SW off of the main. POTltOLE TABULATION FOR HIGHLAND DRIVE (CARLSBAD, CALIF.) Pothole Top of Bottom of Utlllty Number UtllltyType Utlllty Size & Materlal Utlllty Depth Encasement Encasement Orientation Description & Location Notes 10H STORM DRAIN 18.0''CCMLS 50.0" TIP NE/SW 11H SEWER LAT 4.0"VCP 107.0'' TIP NE/SW 12H WATER SER. NOT FOUND 12AH WATER SER. 3/4"COPPER 42.0"T/P NE/SW 13H GAS SERVICE 1/2" POLY 26.0'' TIP NE/SW POLY INSIDE 3/4" STEEL 14H SEWER LAT 4.0"VCP 112.0"T/P NE/SW 15H GAS MAIN 3.0'' STEEL 27.0"T/P NW/SE 16H WATER 12.0" ACP 34.S"T/P NW/SE (~) I \ \. J RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Storm Drain ------------------------ APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 18" CCMLS NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 50"T/P EASTING COORDINATES ASPHALT: 5.0" Yes Yes Yes Area shot of pothole 10. Point of view is standing just southeast of the intersection of Highland Drive and Magnolia Avenue while looking southwest down Magnolia Avenue. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 10H DATE DUG: 06/24/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: UTILITY DIRECTION NE/SW GROUND MATERIAL: Native Soll View into pothole 10 shows a 18" VCP Storm Drain utility located at a depth of 50" TIP. The utility runs NE/SW. RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Sewer Lateral -------- -------- APPROXIMATE STATION ------------------ SIZE & MATERIAL 4"VCP NORTHING COORDINATES UTILITY DEPTH 107" T/P EASTING COORDINATES PAVEMENT THICKNESS: ASPHALT: 6.0" UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Area view taken looking northwest down Highland Drive towards pothole 11 located in the northwest bound lane. Yes Yes Yes AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 11 H DATE DUG: 06/24/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: UTILITY DIRECTION NE/SW GROUND MATERIAL: Native Soil View into pothole 14 shows a 4" VCP Sewer Service Lateral utility located at a depth of 107" TIP. The utility runs NE/SW. RECORD OF TEST HOLE DATA 2 3 4 1 2 3 4 UTILITY TYPE Water Service ---------------- APPROXIMATE STATION ------------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL No utility Found NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH NIA ·EASTING COORDINATES ASPHALT: 8.0" Yes Yes Yes This photo was taken looking southwest across Highland Drive. Pothole 12 and 12A are in view. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 12H DATE DUG: 06/21/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: UTILITY DIRECTION N/A GROUND MATERIAL: Native Soil The upper pothole is 12H, which was mismarked by 24". When pothole 12H was dug to a depth of 60", ~ was relocated 24" south. RECORD OF TEST HOLE DATA AIRX JOB NO: X130047 TEST HOLE NO: 12AH DATE DUG: 06/21/2013 UTILITY TYPE SIZE & MATERIAL UTILITY DEPTH ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION 1 Water Service 3/4" Copper 42.0"T/P NE/SW 2 3 4 APPROXIMATE NORTHING EASTING GROUND UTILITY STATION COORDINATES COORDINATES ELEVATION ELEVATION 1 2 3 4 PAVEMENT THICKNESS: ASPHALT: 8.0" CONCRETE: BASE COURSE: UTILITY MARKED BY USA: Yes TRACER WIRE FOUND: No MARKOUT LOCATION CORRECT: Yes PIPE COVER MATERIAL: Soft Soll UTILITY SHOWN ON PLAN: Yes OVERBURDEN MATERIAL: Soft Soll COMMENTS: Pothole 12A was added when pothole 12 was determined to be incorrectly located. This photo was taken looking northwest. At a depth of 42.0" T/P, the crew found the 3/4" copper water service pipe traveling NE/SW. RECORD OF TEST HOLE DATA UTILITY TYPE Gas Service 2 _______ _ 3 4 2 -------- APPROXIMATE STATION ------3 _____ _ 4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 1/2" poly inside 3/4" steel NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 26.0"T/P EASTING COORDINATES ASPHALT: 8.0" Yes Yes Yes Pothole .13 is located near the midline on Highland Drive in between Magnolia Avenue and Tamarack Avenue. AIRX JOB NO: X130047 TEST HOLE NO: 13H DATE DUG: 06/21/2013 ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION GROUND ELEVATION UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: Soft Soll OVERBURDEN MATERIAL: Soft Soil NE/SW The gas service utility was found at a depth of 26.0" T/P and travels NE/SW. RECORD OF TEST HOLE DATA UTILITY TYPE 1 Sewer Lateral --------2 --------3 _______ _ 4 2 3 4 -------- APPROXIMATE STATION ------------ ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 4"VCP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 112"T/P EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes This photo was taken looking northeast across Highland Drive towards pothole 14 located in the northwest bound lane. AIRX JOB NO: X130047 ENCASEMENT TOP GROUND ELEVATION TEST HOLE NO: 14H DATE DUG: 06/24/2013 ENCASEMENT BOTTOM UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: UTILITY DIRECTION NE/SW GROUND MATERIAL: Native Soil View into pothole 14 shows a 4" VCP Sewer Service Lateral utility located at a depth of 112" TIP. The utility runs NE/SW. RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Gas Main ------------------------ APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 3.0" Steel NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 27.0"T/P EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes Pothole 15H was excavated in front of the mailbox at 3815 Highland Drive. The utimy in this hole runs in the direction of the street (NW/SE). AIRX JOB NO: X130047 TEST HOLE NO: 15H DATE DUG: 06/21/2013 ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION GROUND ELEVATION UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Soft Soil Soft Soil NW/SE The 3.0" steel gas main was found traveling NW/SE at a depth of 27.0" T/P. RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Water ------------------------ APPROXIMATE STATION ------ ------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 12.0" ACP NORTHING COORDINATES MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 34.S"T/P EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes This photo was taken looking northwest on Highland Drive in front of the southern driveway to the garages at 3700 Highland Drive. AIRX JOB NO: X130047 TEST HOLE NO: 16H DATE DUG: 06/21/2013 ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION GROUND ELEVATION UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Soft Soil Soft Soil NW/SE At a depth of 34.5" T/P, and traveling NW/SE, the crew found the 12.0" ACP water pipe. Appendix H Linda Lane Pothole Data REPORT FOR City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 Attn: Sherri Howard Sherri.Howard@carlsbadca.gov PROJECTS #X130082-84 Report date: 08/26/2013 Northwest Quadrant Storm Drain Improvement Project Potholing for Existing Utilities Linda Lane/Basswood Avenue/Grand Avenue Carlsbad, California TABLE OF CONTENTS 1. Introduction 2. Project Description and Comments 3. Carlsbad Project Map (Areas 1-5) 4. Area 1 -Linda Lane/South Cul-de-sac (PH 103,105-106) 5. Area 2 -Linda Lane/North Cul-de-sac (PH 101-102) 6. Area 3 -Grand Avenue/State Street (PH 201-205) 7. Area 4 -Grand Avenue/Madison Street (PH 206-208) 8. Area 5 -Basswood Avenue (PH 81-83, 85) 9. Tabulation Report (Areas 1-5) 10. Record of Test Hole Data Sheets (Linda Lane) 11. Record of Test Hole Data Sheets (Grand Avenue) 12. Record of Test Hole Data Sheets (Basswood Avenue) PREPARED BY AIRX UTILITY SURVEYORS, INC. 2534 EAST EL NORTE PARKWAY, UNIT C ESCONDIDO, CA 92027-3751 www.airxus.com Page 1 of3 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 14 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 centerline (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to.the nearest½ inch) are taken midway between the two reference points. Utility alignment, depth, and other data are marked with pink paint on the pavement in the pothole area. PROJECT DESCRIPTION AND COMMENTS AirX was originally retained in May 2013 by Sherri Howard, Associate Engineer of the City of Carlsbad to verify depth and location of utilities on both Highland Drive, Basswood Avenue and Linda Lane in Carlsbad, CA. The information obtained was to assist design work for the proposed Northwest Quadrant Storm Drain Improvement Project {No.6608). Between June 21-27 2013 AirX excavated 20 potholes on Linda Lane and 8 potholes on Highland Drive for project total of 28 potholes. All data collected was Submitted in report format on July 1s1 2013. AirX was contacted by Sherri Howard in late July 2013 to provide additional utility locating and potholing services for the Northwest Quadrant Storm Drain Improvement Project. In preparation of these excavations, AirX marked out the dig locations and called in for USA (Underground Service Alert). In order to verify the alignment, Steve Tueting of AirX completed a pre-dig walkthrough with Sheri Howard. Traffic control plans and permits were drawn and applied for by AirX. No parks were set as required by the city. All potholing was performed between August 14-19 2013 using hydro-excavation equipment. 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. A total 17 potholes were excavated during this project on three different streets in city of Carlsbad; Linda Lane (5 potholes; PH 101-103, 105-106), Grand Avenue (8 potholes; PH 201-208) and Basswood Avenue (4 potholes; PH 81-83, 85). Specific observation include the moving of potholes 201 and 203 on Grand Avenue approximately one foot SW from the original locations in order to preserve existing decorative pavers and still locate utilities within Page 2 of3 the pothole area. Unfortunately the utility layout for pothole 202 did not allow the pothole location to be moved off of decorative pavers. On Basswood Avenue the alignment of the pipe was unclear so a plan was crafted to emulate slot trenching to find it initially at one location. Pothole 83 was to be excavated first and if unsuccessful 84 would be opened. At 83 the pipe was found and therefore 84 was not used. The pipe was found at the other locations B 1, 82 and 85 although the pipe alignment is not parallel with the curb. 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. Page 3 of3 /'"'~ ' 0 . .;-'"~ ---u-·. ~"' ~ 'I. • . -. --'~ • V · ""e:. ~--s:-·, ~ •:<,_ \ .. •,;_ 'r:·;f ·,•~'r·. · · \ . ~·~: ~ 1 ,_ ~ _...,., ,\-~ •-1 \"·, .\, ·•-·t1,·· ,.,•;. CARLSBAD PROJEC1,.JAP (AREAS 1-5) ' ..., UJl • . l ·.\ "1-, ' \ £-1 ._ _..,. ,._• ,-. 1• ; ' .--·, -j ~ '!';t; '> . J....-~ ~ ' " i . . . , .. -·i :\.!....;;..·._·. __ .. _:_.,h. ·.,':\ ____ ... ,,, . __ .·,.(1_J_ · \ · l . .,s -1,Jr•;:,l[•rR., · ,La1,;F,l,.,,~~,,Or , -,..z,·"0 '·'.I';..;;.;;;,,.· ,; ....... ' • . ;t. ·~ ., it-·· i' ~-.. ;-, ,,., t ·j,,. •' ii .: .. -!lo I ... • a ,f ,--~•. --_.,,,. .... ,1 ._.ll. ... • ..• ., ~- " ., ./ _:~ f'~ •• . .,..,.l ~ '-.-, ~ ~ -,~~ ·a ,.. .-. f "' _,. ...-• ,i.1·~ .., • i {"I'' ., ,..... -:, , --.n· ,~·i,'\ . ' c,Q' /·, _ • ., • .,_,o . '" ·-·/ ~ ~./."':~..,, f;;J /.., :· . ()_ ,, .,.._ I •0 'J ' -•· ' .. ~ ~ I, •~""(.-•I..... ~•->:t ~J. . . ' ~ • ' i / . "r-1 ~! . • .... ~ 0 / 8' ~ .~,,~ · .. 9' ,." f!, - ~4 '-\.~c..-. 1 .... 1~-1 ..... ,. ·•-s · .. -i , :~~o ... -... [ ,. '·•i;i.1,, 1.~- ! ~ .. ' I'~ ,t'", ,, -, ~r , ' I.. v I • : I .: ti -~ ~ :~~ ~<i ... ~ ;_ ! ·-\ .i;.,;,_,::, . .4-• l "?t~\{''V. '"•/ 1 .:' ·,~-! II -i .on ... ,::... t, ,·-.... ,- . _,;_ ■ . •· '\ '. '. , • 1:2\t:.Cl' r,_:,t . . -~~.., 4 ,-,· •• ~~J .. ~--::* • r ; .. •:"-'nu;~~ · If ~..,; • \ ·'.-'· ... ... 4 ''(.,• , •...,"'1. ' ~~"':-i,~ --~... ' ...... ..._,.., ,.'\ ♦· ~ ... ...!;~ -f~11,·1·,r; \/1;:1·1~\111'( 'f,: . .\ -• _, t • ' -' ")· • .. .. \ ~-· {' -; ·;Ji~ . ~:J; . ' '-I('" .... ' ,f ".~ • ~ .. ;·,. •'. ~ . ,: '~-· . ""' ' , "',.: .. ~~ ..... : i'B\-; --~ ~ -; v~ (: .,. ~\.} , f1'; ,. U--, • • ·~ ~" • • ,.,. ... c! •• . • .} I ,---~ ,i• ._,.. ___ -,. _ 1 ,, .. ,.,,;·4;t~ .., ---=--·":Jd::n:1 l •I, •-• .. "' ~-: _. C-;_, <:~n lhz;:_LT• '". 'ff f' • ·: !:,l''!;},I~:,,• ,. "(f \';;J'it ', t :, . ·~ t-___~ .,.,I~ • · ... ? • .,-·,. . . \ 1{.~ \ 1 ,S; :.. . '~--· ,.. C' -•• 'ti, ,.; · 1_i,u:nt1 \ti:;t.·• 1/•.1v ,.._ ~-fk,·1. \ [1,. \Y~' -. ,, "t. ~ _/ ,,. .; • ''" "·1 ·<.- \ \ ·,',·\. :ir .-.• ... • • ,.-rt. I f•"' \"-; • * • • ~ • •-r, -•~• '· . •;. .. r;,....-:: ~'\~,'t~1\ ,::'•~... _' _ , ·1• ~-_ .. -\~-'f: -~., ~,.,, ~ 9 • •.:.,._~',": ~-:t ✓ ... -• ~ ~:-5 1 ... ' • • .... < \ ~ "'\ ~ i, -,; -_.,,~~,,•)."I .·• ' ·.0· /;., -'', . .,.,,,,,,_,"'./.. Ci '.(i< /' • ... ...-r "'-' "1-----❖\ • 4 '\ ct.:• -' •• ' . ' -r--, "·:-.... ,._ ... v ' •: • "' I \\\21 > . • -,, •'·>" · -i o '· · ,. AREA 1 (PH 103 105-106) 41 t. "';; ;;,¥·, /,; ~A 'tJ\)1.-\. 6 ◄-I . >--~-,., . Gi!>\ ....._. ' -·,r ..., . . #_, " -,;i ·, ..., .!...:_ •"""-"' • 'fJ,. 'l' ,. • . . -. • , ~l. ~~~ .. ..., I ,t' '~ '\ t';; ,.,'? •J ~ • •~:• .,. ~· · _:··~--~ ::.::~ • · ,:~_ a '· --:·• ,.., •,,.. "tt·, ·-t \•; •\~~•· .:.., ;.f, . ;;a.,_ ,,,..,.,. ~T r,"•' 1·..-·A,,.-.. . ·' ~-_ _, • 1'. •· ·:c,.-~:" .. ;: -~-~:;:.•~·~'"-:.r:.,·-1~·~-'--~-·~~'-·_ . .._ ~ -~)./t.· .. ~: :Lno:~,·.~s_,•\V/ \-•••· •,•.--.-~ ,•• -• •-'" .·4-, • 11;._,•" 'l ) • ',"> V. rr, t --_ .. 1 a :: ., .. ,;,;ur. ·, • -t~,;.· ..;Ari \i--r , ,"-'\ ~1 -~~ \ •~ ,,. ., :;' I -,, .~ ·i!>' Ill t. -,~ . ._ . ,_, u/ ,. tl ~ 0 ,· , ;.~--. \-, -~ ·-..... -,-·--,, .. --Ed.. -·' ,: .• .\ _'·. .,,_ ..f:i11-. ~~ • .. ,. : .. ...... ..... ,r-~ ~ 1..,! .~", ~-. ... ". 1'. : , ,_~..r•'" . ,., /''''. ft ./~ ...__('_, __ .., • .. ""~' > • ; ◄ '.~ J , .-.· . . ' .,·· ._ ... -~ 'l ',''.··· ,,,1,1_;. .. • ·,.,_ ·.._.,,.. • :.. ~-r-t.:• 6 ... I_ , 1"'4_.._111•,.. ,,. "-;,-· {.~' f tJ---: ~ ? • ... £:" , '~ "' X-_(\'·';~. . I· .... ,-. • ' -• . • ' . ,. \ .. • • l)C' ~ ' ' ~ ... -♦ .,,,. ,_ ,. i". 'lJ... ' , -• , --~· J,?!.U:-_._.. .,._ ; ·1 ·. '0 · \"I~ ' -.. · ~a A , •. ,~• ''"-'f,:aw ,,,('"•" • ~ .... • ; ,, ••• ...., .-• t ~ .,_., "'¥.JI -.-·.,. ,--, -,. l • • . o ro , ..... .-◄ -.~ .. --, .--cl.,.. • ~ 5 ~ ' • • " -· t• ' . il ,< .. I. t ._ T ~.,,, ,. , ~-. _ -; . ·~ , . .. !" .:::~" ' 1111 , ' ' ,-,; • • -' .. -; ' 1 tic, r. n ).i • .,,.,.,,,~ • •• •' • " -• I, l • •-:'. --~ .,:,. ,W· . . -· t ;:-• ·,.,,. ~. ,, .. , 1MilJS ., ·:. -.u,. i · ._, ........... " #,'l~. ,,-':!J •. -~ ......... •. -) ., • . -. ',, • ~-j~. u:. ~¾ '· .. . '-.. ''·' i .... , I , • /·' .. \. -~---. '1, -~.., •, I' (' l' n •i~-.: .... ·~ •·• ,-. ".', 0 •••• .. •:-::., ,:-., ,I' A .._, ~ • •:•~ .; !-·.\:;;-\~"1-····~l. ., •. , --•. . .... : .. -~r•. ~ i.., ; , • ..-->., ... v .. J . ·•·· \'-' ''-'""'1 ~ -41 s,., ' -\ \ ; (',. CZII \ ·..:: . ,. .. -•~-~--·'\ ... ..,~ ..... ;.) .... "-. ,._ -,-., ·.~ "'\. ~ .. ,; "-), _.:• ,••..;(•• ... ,,( ... 1. 1---.. , • . ..... f" 4 -1 4'; ,,,,-:.~ ., · lflllF"' .. ---~ • "' \ r -lf'll"P" ..... , . K\1 ;:;-'.~,,-· ·:~~--~ "~ "~~ l( 1 ~, -•~ .. ,>) '. ~· -\,. t. • ·": · ... ,,.,..., ·• ., .-••. , .',._-:, •···• _....,:.,:,·.p.r,..__ h}•_-... -,., '. /....•• _:. .• , . .-,t: ,f ,r '\~ ..&. _..;,. ., : .. ·.:,#:/ ·.._ ~" -~-. --i,\ :, ·, :\ ··'.·.;J{V~,; -AREA 2(--PH .. 101-102.) . -~~. ~•:-'*' · • · . -~ ~L'.a gt.n;,~01:-:'-"'.~·•.,• 1-J,.~L;,Jl<!"El'.D!,........,~• .1-f \~· • l agum Or · ·/4~~ .. , 'II .. • ~··, -·1 ... ~•t,~::1;,1~.r.;i·••.·i ♦--~,·-\ • :,\-"}.! · >..:i> ' ,.. . " ._· ·; ' f ~., t: ~, .. ~ ~ -;'. ' . ' .., =-""' -0 ., (..~-'''\ ,._~ ·.,'··, .;\.,, __ :J A ~··. '·-•1,ll /1.-, .. ,iS_:.--,~I"'-,# ,. \~~ l'__.., \ ",'J·r-· . , •\_\)•:, .. • -¢-. .• ., • ta' -,.f-JI"; J .,., -~ • ·"f-41 ~ .1 ,.~ .. ,. '"', -,. ... , , ,1 t :I:~ .. ~ ,· _.,,,, ., ~ ,n I •.. • '-.. 1 .tJ ~• ,\:\\, , r, ~ .. , .. /~--~,•~~•A,\'~-::..:._--·~, ~:• 1'·'~--,•~,•~.{. •~•.;.0 _,• .. "_.;\'~~-•, t,;.&, "\ ·_r, :-:':>·· '\...,1..;__.., ...,.,,....... •• '°'\" -~ ~ ,,_ • _,.,o,~, .... -. -\..• ,;. .... *...-;\ ...... ·! _#, . _ -" • '♦ ' • if '~ ·'!I • • "I • ".°-. I \ .. ·.* \';"", ,ll, "'-~-, • •, • ..-1' "~ >·' . ' ~'.~ \;, • . ,.. \·. ('4. '<'"' ~ •· .,.;·· .,. ' fr' ,., .. ).. \ .. 1-:..1.~ ,,, ', .,.,,,,.... ~, ' ... r '~\ "1 ·•1ii;, · ,.. ~ _.~--'·*- ., -~ ~ ' • .. -~ • \ l \t-. ~ .,'If • I ,e \· ·.• , , --• • . ~ .. •, Jo. 1¥ .. , 4 • ' d ' > • • r '> .,,,. . .., ... s:••~ ... ,,• ,' ,(,•,•• '~-..c.' , A• • , • ·.\. '•: :✓ ~ ,!!ii-. ;.~ • .-1-_;;/~·S· " .. ·"·:~:'!· , AREA 4 (PH 206-208) '~\. . ,.~1.:·,'. ' ~t ,"'. /· . ,. j~. • I t-,: \'.~i•· -' ,-,;:.!· ,i';:; ... _,A,~ _,,,,,. C;. r; ~• \ \ f1 \ _•., • ✓ ... ,. ,... .. ' ,, " , ,. ;o-.,.,, \ ~,· ~ ....... ~-~ .... ~~_.,.. 0 -~ ", \ .,,_ -' ... , .. · -,t";~ ,t. c • Jitl'_'llr"_•'l :-1'1., .. .. -, ' •• _ ·f;..-.:i-.:·; ........ s,~ -~ A ■ r __ , ,: ~---:::~,_--_ .. 1-·S V:. -':tf;'· --:.-;. 1 ,I ,· '\J • '\· '(' ., r, r'j _ _,. -:, ... ,_;1., ... , ;'1.. 11111 ·..-~ ._,, .\;.' '• ·, :\ ft .. ~ TI ... ., ,,.(, ~ ... .,.k ,;", ·:/r::;:~ ill ; \ ' ... ~ .. ":._ • • I. I ·tt • ...)~ ..... •-~~,a ~~ .. ~ ,..,.,. t ..... J, .. t '1 .,.,._J fT. ,fr~ ., 1•, i;.; I ~-~i,) · -t ◄~ . ·'. i,.,..., ,.;j/-:>N·"''': . • ·v /._, \~ ,1, ".., ... ,.,~• •4~~--1-\t.9'*.··,,-, ~ . ,, ., _",., •'./ 4J • -:1i·~\!.'""' · ... ,~:-.• ... .;,,.' ''I ', "-:;""~-~~-_,, 'lf' ...-~ ,.,, ... , .... ◄Q ~"'"'-,1 ...• ,.,,. .,,, "~ • .. .. . '\ ' ...... ') ('' ' • • -.-,"':1, ,,., ;,' 'i. -~, . ' ) .... _ .. ,j·• " .... , . 'T _ ..... ,.,.,-~,~&~-✓j_ . .,. 1 • , .,:o ... c-, ,. • ..... ", .. • _.. • • ,', •~ '·,:, . .,.. " \ . Jc,. ·,•y i8 j .. _· t'. L / JI ' 'ii' • ~. -.J_ .., ' . • ._...,.1 : \ .• ~ .,.. l-:),; .# • '/r ,,,;.. •-;~;" •~ • . . \ ,J t'i "f .. , .,.'('..," .. :~ . ,_ '.J} ' -~ --.. ~:··· ,: ._,._·\ · .. -~ . ~ ,, _. ';-,·" -·... ' ', ·.__ '-'\ '• )Pf!> -,..·~::1 ---. ,' 1,• .,, . I , .. -. ,.. ·;· :~( ..... ~·. ,, t, -:t\·'••·, ... ,+ ' .I t T , I 4,,, 1 •... ,_,r}-,,, ' _._ ~ ' _, ' 111 ~•• ' • ,,._ ________ ,.. --,~ . ,~. 'h ' :·, '" . ' ..• ,:_;;:, , 4, "' .· 'P, ' _· ,~.. . _ .. ' ., • • , r ' . . "'" ;' , .... ~;,· .,.,. . \ ".,:. ""l--t.•""' ~-. , •.• f • ,-.• . '· , ~~-.-,·! ·'.r 1 ,,r·\l ;:..,nh:-·r v' , ., ,i,...,.... -.•,·' -'",,~ ' .. ' ·:··~:;.....,:-~ ~ ;9"l! .. .~ !r-:,:·,J"'.J '..,· . ., ,.·f',.., ·-;. J I . " . _ ,. ..,-:#' -~ :i1 ·~· ~ · .._ .;::'i!,.. -.. ,::, .. ~-.,., .-• ,l.~ .. . '~~1 .,·. ,{J,.J.· •• \ ~:'i~·. I .,\'e ,, .. .... t," 8J~~-,~/t:D<J ,,\ve· i, ,:. a '1\?'-=-~ t ,'• -,· -.. tll \ -~.,:;... . -\. -.-(' •. I ,.J \. ~ ~~ • ..-~ ~~ ~ ·•,i ' '1' ' .. ~· ·f :~ .. --•~ .. ·.' ·~, ... ··,· • ,,.-'ii>"_ .... .,._ ·r.1 ,.vi .-.. ,,::-,.,11 r·· ...... -:::--·· ~· ~•\11:,. 11 1.. "t·•" . .,.. , I · t' . C '-' I ' . 4 "' . . -~-v) • •I . ,•\•)" • '\ ,Q. • -~ -~ cY1 ·'" ,fi ,!. • Ci'' •.,.. · .. • \i./t1 ... . ,, •• ~,s-,.,. ·-., ,, • • 'Or'". ~-' ~---.: . _,. ,! ~ 4' ... : .;, . -·, -; I ',-.. ~ , . . ,:.··,• ·'.t 'i.:_• ¥ . .._,,,. ~·. . .... ·;. ' , • . i-:• .... ~-" .. '"-~rj . '!"';'. -~-/rJ .. , .. • -~..,_"' •. -~.".._ .. ~, .;ry,r·,.1-.:• u' . _,,. , -·~ ' ..., .. • .. -.-~ . ?\t·. •· ',ii>, :),, () : · -.~, AREA 3 (PH 201-205) ,;t ,.· \ \(-' \~ ~-\~' ~~ -,., \ , ,•,,<:• ·:., .-~ ~-ii~• . . . ', ..... ,... .... ~ '\. ·':. ''I! . Iii ·•. ~ \1 ... 0 t'•_,,/_.lii\·1~ •·1,:f! ;,,._ .. II ~i ·/ .. c-f 3 '" 0} :._ ~ --:,. _,,.. ...JI" . , . '. ·e. ,· ' . • tr , • . . ':!.., • "'' . \ (<i>=~ . ' • • " J/tt -;"✓ ~ "• • .. ,:•,~ '"'•(\~. ♦ ,{ A• ,,.. I •• ---♦:::i ✓ .. i-' ' • .;.::.3. \-.,J,. ·.c.1.,."-lt , I • ' -I .,,. \ "'•·•\',~ .. ;-\ } .. • ~.,,,,, ~. .. . ' , .-, t1-..... r 1 #" "' V ..,,{_ , ·... ,...., i "". Si.\," ~ ,.;, .. ~ \ ,_ .,. ',-, -·--.,, .. .,,,,_ ., . '. , . ' ' ,,., ~,· ~ ,,. ·' I . 1 ✓· ~ '• . ; ~..:_·_, ... __ ,~ '\ 1:' • f ,, , ',;;, .... •,... f"r .· 4 ' .. -,t"ll>: e,,,..,,, ..... ,.. , ·• ·:.:,:: • ·, ,....,._ '.,.._:.,,-· ~• ., ... -c;•.'.·. · ri' ..... , f-m~1c,1:1_ , '.·';:,--,. 1 ..,-,_, / ,.. .,. • ',-o'0 "-~# , .. '.\_.E.l1:mEn1j;y) t· '. \ ' ' , . ... '\ '-. • ,t. .• ,❖: .. 1 • f• J J>-" . . .. •-:~ -._ .\-... .__ -' ..-._ · l L ; ~ ;·r.:.1Y°': · .,,_,' ·., • ~·, .• .. ,-,.'!r",,;. .·• \>V < , . • r •• ~• • ·, ,,,._""-• , . _ ,'#_ , ... \\5. ,. -j. \.-r_j ' .. <i ' . :._i.~ ' .-_ ;';.~.: ~.-'\. _ .. -~~r .. :,. ~-··->·:;• __ , 1 +-c ·..:. ..,_;_,: •• .,,._ __ • -· . ,~t-='f._ ___ f' .:>"·, \' '. sctnol •. , •.• ' • • ,~•-•• I• • ~· .. -., ·, •·,;• ' • ·~,-·, • -11 ....... ·\ • ,·ce.•·--r•.-·. " 1.11.,. ~-• ·v ,,Jff' ... _ ·:.-··• •.•·' . ~-:..· •. -.,,. _,,l,, ~ ... -, ·y ~ AREA LOCATIONS ARE APPROXIMATE ~ \ .'~ · -· ··\••-.••A ·t •• \,,,e,'t,. ••-. '\, •' ";. ~~ ✓..;;,, '·>~ , . .,. . 'r;,, ... ,. ... ,.,.,_.: ..,. ,:-,"' ~ .,. ... , • 4 .. , ••• ""'t1.·1o"".-... ,:.' ,..,_.,.(.' ,,.1&:-. ..,• ;_ __ ,_, ::· -~.J . '-\·" .. ~'i{1ll;_,/,!\1id,;:JI•/-~ ,. , ~-'!'. ~ -~ ~-,~-<' _,,,,. ,~ ... J_ • ~ 1\ WZ&ii -·• ·:.e:,v -r\._\· u ct Cl) I w 0 ..!, ::J u :c t-::J 0 Cl) ~ z ~ 0 ', ( -\ POTHOLE TABULATION FOR NW QUADRANT STORM DRAIN PROJECT (CARLSBAD, CA) ""P'"" .... pm-_,,u,• Ground to Ground to Ground to Pothole Top of Top of Bottom of Utility Number Date Street UtllltvType Utility Size & Material Soil Type Utility Encasement Encasement Orientation DescrlDtion & Location Notes Pothole 101 is located in the cul-de-sac The electric utHity was found within the 101 8/14113 Linda Lane Etectr1c 2.0" PVC Asphalt 35.0"T/P NIA NIA NW/SE of Linda Lane approximately 15 feet markout area. Native Sol west of the curb/driveway for 2094 Linda Lane. The CATV (TWC) utility was found within the 101 8/14113 Linda Lane CATV(TWC) 1.0" PVC Asphalt 25.0" TIP NIA NIA NW/SE See above markout area. Native Sol The water (service) utility was found within 101 8/14113 Linda Lane Water (Service) 3/4" Copper Asphalt 39.0"T/P NIA NIA ENE/WSW See above the markout area. Native Sol Pothole 102 is located in the northern The gas utility was found directly on markout Linda Lane Gas 11/2" Steel Asphalt 36.0"T/P NIA NIA NNW/SSE cul-de-sac of Linda Lane, pothole 102 area. 102 8/14113 Native Sol is approximately 1 0 feet NE of the curb(to the NE of 2064 Linda Lane). Pothole 103 is located in the cul-de-sac The gas utility was found within the markout Asphalt NNW/SSE of Linda Lane, specifically, it is area. 103 8/19/13 Linda Lane Gas 3/4" Steel Native Soil 38.0"T/P NIA NIA approximately 25 feet north of the curb in front of 2075 Linda Lane. 104 Linda Lane Located approximately 100 feet SW of The gas utility was found directly on markout the "T" intersection on Linda Lane. area. Asphalt Specifically pothole 105 is located 105 8119/13 Linda Lane Gas 3/4" Steel 32.0"T/P NIA NIA NNW/SSE approximately 4 feet SW of the Native Soil property line between 2055 and 2065 Linda Lane and 6 feet NW off the curb. Pothole 106 is located approximately 6 The gas utility was found directly on markout 106 8/19/13 Linda Lane Gas 3/4" Steel Asphalt 30.0"T/P NIA NIA NNW/SSE feet SW of the property line between area. Native Soil 2035 and 2045 Linda Lane. Pothole 201 located in the SW bound The water utility was found directly on Asphalt lane of Grand Ave approximately 18 markout area. Original pothole location was 201 8/15/13 Grand Ave Water 4.0"PVC Native Sol 20.0"T/P NIA NIA NW/SE feet SW from intersection with State moved by 1 foot SW to preserve existing Street. decorative pavers. Located in SW bound lane of Grand The Telephone utilty was found Ave approximately 7 feet from approximately 2 feet NE from original 202 8/19/13 Grand Ave Telephone MTD Concrete NIA 43.0"T/O 53.0" BID NW/SE interesection with State Street. Pothole markout. Native Sol 203 is approximately 5 feet NE of pothole 202. POTHOLE TABULATION FOR NW QUADRANT STORM DRAIN PROJECT (CARLSBAD, CA) .,. ...... ...,inn• ..... pu,- Ground to Ground to Ground to Pothole Top of Top of Bottom of Utllity Number Date Street Utility Type Utility Size & Material Soil Type Utility Encasement Encasement Orientation Descrllltion & Location Notes Pothole 203 is located in left SW bound The Sewer utility was found approximately 1 203 8/15/13 Grand Ave Sewer 36.0"VCP Concrete 120.0" TIP NIA NIA NE/SW lane of Grand Ave at the SW foot NW from original markout. Native Sol intersection with State Street Concrete Pothole 204 is located approximately The water ublity was found within the 204 8/15/13 Grand Ave Water 10.0" ACP 53.0"T/P NIA NIA NW/SE 15 feet NE from center of Grand Ave markout area. Native SoR and State Street ~erseclion. Located in left NW bound lane of The water utility was found directly on 205 8/14/13 Grand Ave Water 12.0" ACP Concrete 56.0"T/P NIA NIA NW/SE Grand Ave at the SE intersection with markout area. Native son State Street Pothole 206 is located in NE bound The water utility was found directly on lane of Grand Ave on the oppostte side markout. 206 8/14/13 Grand Ave Water 12.0" ACP Asphalt 44.0"T/P NIA NIA NW/SE of the driveway of 550 Grand Ave and Native Soil approximately 25 feet from the nearest driveway. Pothole 207 is located in NE bound The unknown utility was found within the 207 8/14/13 Grand Ave Unknown 2.0"PVC Asphalt 24.0"T/P NIA NIA NE/SW lane of Grand Ave Sfeet from the curb markout area. Native Soil and the driveway at 725 Grand Ave. Asphalt The eledric utnity was found wtthin the 207 8/14/13 Grand Ave Electric 3.0"PVC Native SoD 45.0"T/P NIA NIA NE/SW See above markout area. 207 8/14/13 Grand Ave Electric 4.0" PVC Asphalt 44.0"T/P NIA NIA NE/SW See above The eledric utnity was found within the Native Soil markout area. Pothole 208 is located in NE bound The electric utility was found diredly on the Asphalt lane of Grand Ave approximately 35 markout area. 208 8/14/13 Grand Ave Electric 3.0"PVC Native SoH 43.0"T/P NIA NIA N/S feet from pothole 207 at 725 Grand Ave. Asphalt The water utility was found directly on the 208 8/14/13 Grand Ave Water 12.0" ACP Native Soil 48.0"T/P NIA NIA NE/SW See above markout area. 208 8/14/13 Grand Ave Telephone 2.0"PVC Asphalt 31.0" T/P NIA NIA NIS See above The telephone (A TT) utility was found diredly (ATT) Native Soi on the markout area. Pothole B1 is located in NE bound lane The water ublity was found within the of Basswood Ave at the tran~ion with markout area. B1 8/19/13 Basswood Ave Water 6.0" ACP Asphalt 43.0"T/P NIA NIA NE/SW James Drive and approximately 15 feet Sand frm the curb at east side of intersection. Pothole B2 is located in NE lane of The water utility was found approximately 1 B2 8/19/13 Basswood Ave Water 6.0"ACP Asphalt 45.0"T/P NIA NIA NE/SW Basswood Ave at the 1635 Basswood foot SE from the markout area. Sand Ave. 0 0 POTHOLE TABULATION FOR NW QUADRANT STORM DRAIN PROJECT (CARLSBAD, CA) ....,..,u,• ..,...,u,• ..,...,u,• Ground to Ground to Ground to Pothole Top of Top of Bottom of Utility Number Date Street UtilltvTvne Utllltv Size & Material SoHTvna Utilltv Encasement Encasement Orientation Description & Location Notes Located in NE bound lane of The water utility was found approximately 1 Asphalt Basswood Ave on the opposite side of foot SE from the markout area. 83 8/19/13 Basswood Ave Water 6.0-ACP Sand 28.0"T/P NIA NIA NE/SW 1660 Basswood Ave. 84 Basswood Ave Pothole 85 is located in NE bound lane The water utility was found approximately 3 85 8/19/13 Basswood Ave Water 6.0-ACP Asphalt 25.5"T/P NIA NIA NE/SW of Basswood Ave at the 1695 feet SE from lhe markout area. Sand Basswood Ave. RECORD OF TEST HOLE DATA UTILITY TYPE CATV(TWC) 2 Electric --------3 __ w_a_te_r-(S_e_rv_ice_) __ 4 2 3 4 -------- APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 1.0" PVC 2.0"PVC 3/4" Copper NORTHING COORDINATES 5.0" UTILITY DEPTH 25.0" TIP 35.0" TIP 39.0" TIP EASTING COORDINATES ASPHALT: 5.0" MARKOUT LOCATION CORRECT: Yes Yes Yes UTILITY SHOWN ON PLAN: COMMENTS: 2094 Unda lane ·,~ ,"".• ·. :.....---_-_.\., Area photo of pothole 101 , located in the northern cul-de-sac of Linda Lane approximately 15 feet west of the curb/driveway for 2094 Linda Lane. This photo was taken standing in the cul-de-sac and looking north towards 2084 Linda Lane ENCASEMENT TOP NIA NIA NIA GROUND ELEVATION CONCRETE: AIRX JOB NO: X13083 TEST HOLE NO: 101 DATE DUG: 08/14/2013 ENCASEMENT BOTTOM NIA NIA NIA UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NW/SE NW/SE ENE/WSW TRACER WIRE FOUND: No NIA Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: 3/4" Copper Water (SI A down hole view of the 3 utilities found in pothole 101. At a depth of 25 inches TIP a 1.0" PVC CA TV (TWC) was found immediately above a 2 inch PVC electric utility that was at a depth of 35 inches TIP. A 3/4" copper water (service) pipe was also found at a depth of 39 inches TIP running in an ENE/WSW direction at the pothole location. All utilities were found within the markout area and cross each other approximately 12 inches east of the pothole location. RECORD OF TEST HOLE DATA UTILITY TYPE 1 Gas 2 3 4 SIZE & MATERIAL 1.5" Steel UTILITY DEPTH 36.0" T/P APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: 5.0" ASPHALT: 5.0" Yes Yes Yes Located in the northern cul-de-sac of Linda Lane, pothole 102 is approximately 10 feet NE of the curt (to the NE of 2064 Linda Lane). Photo was taken from that curt while looking NE towards 2094 Linda Lane. Pothole 101 is also visible in front of the driveway for 2094 Linda Lane and pothole 4 (from June 2013 work) is also visible approximately 8 feet north of pothole 102. ENCASEMENT TOP N/A GROUND ELEVATION CONCRETE: AIR)( JOB NO: X13083 TEST HOLE NO: 102 DATE DUG: 08/14/2013 ENCASEMENT BOTTOM N/A UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NNW/SSE TRACER WIRE FOUND: No NIA Native Soll PIPE COVER MATERIAL: OVERBURDEN MATERIAL: A down hole view of the 1.5" steel gas line found at a depth of 36 inches T/P in pothole 102. The utility runs in a NNW/SSE direction at the pothole location as was found directly on markout. RECORD OF TEST HOLE DATA 2 3 4 1 2 3 4 UTILITY TYPE Gas (Service) ------------------------ APPROXIMATE STATION ------------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 314" Steel NORTHING COORDINATES 5.0" UTILITY DEPTH 38.0" TIP EASTING COORDINATES ASPHALT: 5.0" MARKOUT LOCATION CORRECT: Yes Yes Yes UTILITY SHOWN ON PLAN: COMMENTS: 2095 Unda lane 2085 Unda lane 2075 Unda lane An area photo of pothole 103, located in the southern cul-de-sac of Linda Lane, specifically, it is approximately 25 feet north of the curb in front of 2075 Linda Lane. Photo was taken from in front of 2075 Linda Lane and looking NW towards 2095 linda Lane. Pothole 9 (from June 2013 work) is also visible approximately 25 feet to the NW of pothole 103. ENCASEMENT TOP NIA GROUND ELEVATION CONCRETE: AIRX JOB NO: X13083 TEST HOLE NO: 103 DATE DUG: 0811412013 ENCASEMENT BOTTOM NIA UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NNWISSE TRACER WIRE FOUND: No NIA Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: A down hole view of the 314" steel gas line found at a depth of 38 inches TIP. The utility was found within the markout area and travels in a NNWISSE direction at the pothole location. RECORD OF TEST HOLE DATA UTILITY TYPE 1 __ G_as_( ... S_erv_ice __ ) __ 2 --------3 --------4 -------- SIZE & MATERIAL 3/4" Steel UTILITY DEPTH 32.0" T/P APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES 2 ------3 ------4 _____ _ PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: 4.0" ASPHALT: 4.0" Yes Yes Yes An area photo of pothole 105, located approximately 100 feet SW of the "T" intersection on Linda Lane. Specifically pothole 105 located 4 feet SW of the property line between 2055 and 2065 Linda Lane and 6 feet NW off the curb. Photo was taken from Linda Lane and looking SE towards 2055 and 2065 Linda Lane. ENCASEMENT TOP N/A GROUND ELEVATION CONCRETE: AIRX JOB NO: X13083 TEST HOLE NO: 105 DATE DUG: 08/14/2013 ENCASEMENT BOTTOM N/A UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NNW/SSE TRACER WIRE FOUND: No NIA Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: A close up view of the 3/4" steel gas line found at a depth of 32 inches T/P. The utility was found directly on markout and travels in a NNW/SSE direction at the pothole location (perpendicular with street) RECORD OF TEST HOLE DATA 2 3 4 UTILITY TYPE Gas (Service) ---------------- SIZE & MATERIAL 3/4" Steel UTILITY DEPTH 30.0" TIP APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES 1 ------2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: 5.0" ASPHALT: 5.0" Yes Yes Yes An area photo of pothole 106, located approximately 6 feet SW of the property line between 2035 and 2045 Linda Lane. The photo was taken from Linda Lane and looking SE towards 2035 and 2045 Linda Lane. ENCASEMENT TOP N/A GROUND ELEVATION CONCRETE: AIRX JOB NO: X13083 TEST HOLE NO: 106 DATE DUG: 08/14/2013 ENCASEMENT BOTTOM N/A UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION TRACER WIRE FOUND: No NIA Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: A close up view of the 3/4" steel gas line found at a depth of 30 inches T/P. The utility was found directly on markout and travels in a NNW/SSE direction at the pothole location (perpendicular with street) RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Water ---------------- -------- APPROXIMATE STATION ------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 4.0" PVC NORTHING COORDINATES 7.0" MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 20.0" TIP EASTING COORDINATES ASPHALT: 7.0" Yes Yes Yes Area shot of pothole 201 located in left SW bound lane of Grand Ave approximately 18 feet SW of the intersection with State Street. Photo was taken from SW bound lane looking NE. ENCASEMENT TOP N/A GROUND ELEVATION CONCRETE: AIRX JOB NO: X130082 TEST HOLE NO: 201 DATE DUG: 08-15-13 ENCASEMENT BOTTOM NIA UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NW/SE TRACER WIRE FOUND: No N/A Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Close up view of 4 inches PVC water utility found in pothole 201 at the depth of 20 inches T/P. Utility was found directly on markout and runs NW/SE direction at the pothole locatio. RECORD OF TEST HOLE DATA UTILITY TYPE 1 ___ T_e_le ___ p_ho_n_e __ _ 2 3 4 2 3 4 -------- -------- -------- APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL MTD NORTHING COORDINATES 12.0" MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH N/A EASTING COORDINATES ASPHALT: Yes Yes Yes Area shot of pothole 202 located in left SW bound lane of Grand Ave approximately 7 feet SW from State Street. Photo was taken from SW bound lane looking NE. ENCASEMENT TOP 43.0" T/E GROUND ELEVATION CONCRETE: 12.0" AIRX JOB NO: X130082 TEST HOLE NO: 202 DATE DUG: 08-19-13 ENCASEMENT BOTTOM 53.0" B/E UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NW/SE TRACER WIRE FOUND: No MTD Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Close up view of MTD telephone utility found in pothole 202. MTD was found at 43 inches TIE and 53 inches B/E. Utility was found approximately 2 feet NE from original markout and runs NW?SE direction at the pothole location. RECORD OF TEST HOLE DATA 2 3 4 UTILITY TYPE Sewer ------------------------ SIZE & MATERIAL 36.0"VCP UTILITY DEPTH 120.0" T/P APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN : COMMENTS: 13.0" ASPHALT: Yes Yes Yes Area shot of pothole 203 located in left SW bound lane of Grand Ave at the SW intersection with State Street. Photo was taken standing in the NE bound lane of Grand Ave looking NW. ENCASEMENT TOP N/A GROUND ELEVATION CONCRETE: 13.0" AIRX JOB NO: X130082 TEST HOLE NO: 203 DATE DUG: 08-15-13 ENCASEMENT BOTTOM N/A UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NE/SW TRACER WIRE FOUND: No NIA Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Close up view of 36 inch VCP sewer utility found at pothole 203 at the depth of 120 inches T/P. Utility was found approximately 1 foot NW from markout area and runs NE/SW direction. RECORD OF TEST HOLE DATA UTILITY TYPE Water 2 3 4 SIZE & MATERIAL 10.0" ACP UTILITY DEPTH 53" TIP APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: 12.0" ASPHALT: Yes Yes Yes Area shot of pothole 204 located approximately 15 feet NE from center of Grand Ave and State Street intersection. Photo was taken looking from SW Grand Ave. ENCASEMENT TOP N/A GROUND ELEVATION CONCRETE: 12.0" AIRX JOB NO: X130082 TEST HOLE NO: 204 DATE DUG: 08-15-13 ENCASEMENT BOTTOM N/A UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NW/SE TRACER WIRE FOUND: Yes NIA Native Soll PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Close up view of 10 inch ACP water utility found in pothole 204 at the depth 53 inches TIP. Visible in the hole is tracer wire. Utility was found within the markout area and runs in NW/SE direction at the pothole location. RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Water ---------------- APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 12.0" ACP NORTHING COORDINATES 18.0" MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 56.0" TIP EASTING COORDINATES ASPHALT: Yes Yes Yes Area shot of pothole 205 located in left NW bound lane of Grand Ave at the SE intersection with State Street. Photo was taken standing in NW bound lane looking SE. ENCASEMENT TOP N/A GROUND ELEVATION CONCRETE: 18.0" AIRX JOB NO: X130082 TEST HOLE NO: 205 DATE DUG: 08-14-13 ENCASEMENT BOTTOM N/A UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NW/SE TRACER WIRE FOUND: Yes N/A Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Down hole view of 12 inches ACP water utility found in pothole 205 at the depth of 56 inches T/P. Visible in the hole is tracer wire. Utility was found directly on markout and runs NW/SE direction at the pothole location. RECORD OF TEST HOLE DATA 2 3 4 2 3 4 UTILITY TYPE Water ------------------------ APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 12.0" ACP NORTHING COORDINATES 6.0" MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 44.0" TIP EASTING COORDINATES ASPHALT: 6.0" Yes Yes Yes Area shot of pothole 206 located in NE bound lane of Grand Ave on the opposite side of 550 Grand Ave approximately 25 feet from nearest driveway. Photo was taken standing in the driveway looking at 550 Grand Ave. ENCASEMENT TOP N/A GROUND ELEVATION CONCRETE: AIRX JOB NO: X130082 TEST HOLE NO: 206 DATE DUG: 08-14-13 ENCASEMENT BOTTOM NIA UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NW/SE TRACER WIRE FOUND: No N/A Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Down hole view of 12 inches ACP water utility found in pothole 206 at the depth of 44 inches T/P. Utility was found directly on markout and runs NW/SE direction at the pothole location. RECORD OF TEST HOLE DATA UTILITY SIZE & UTILITY TYPE MATERIAL DEPTH Unknown 2.0"PVC 24.0" T/P 2 Electric 3.0"PVC 45" T/P 3 Electric 4.0"PVC 44.0"T/P 4 APPROXIMATE NORTHING EASTING STATION COORDINATES 2 ------3 ------4 ------ PAVEMENT THICKNESS: 6.0" UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: COORDINATES ASPHALT: 6.0" Yes Yes Yes Area shot of pothole 207 located in NE bound lane of Grand Ave 5 feet from curb and the driveway at 725 Grand Ave. Photo was taken standing in NE bound lane of Grand Ave looking SW. AIR)( JOB NO: X130082 TEST HOLE NO: 207 DATE DUG: 08-14-13 ENCASEMENT ENCASEMENT UTILITY TOP BOTTOM DIRECTION N/A N/A NE/SW N/A N/A N/A NIA GROUND UTILITY ELEVATION ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: No N/A Native Soil PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Close up view of the utlities found in pothole 207. A 2 inches PVC Unknown utility was found at depth of 24 inches TIP. A 3 inches electric utility was found at depth of 45 inches T/P and 4 inches electric utility was found at depth of 44 inches T/P. Utilities were found directly on rnarkout and run NE/SW direction at the pothole location. RECORD OF TEST HOLE DATA UTILITY TYPE 1 Electric --------2 Water --------3 __ T_e_le_p_h_on_e_( __ A_TT_.) __ 4 -------- SIZE & MATERIAL 3.0" PVC 12.0" ACP 2.0" PVC UTILITY DEPTH 43.0" T/P 48.0" TIP 31 .0" T/P APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES 2 ------3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: 6.0" ASPHALT: 6.0" Yes Yes Yes Area shot of pothole 208 located in NE bound lane of Grand Ave approximately 35 feet from pothole 207 at 725 Grand Ave. Photo was taken standing in NE bound lane of Grand Ave looking SW. AIRX JOB NO: X130082 TEST HOLE NO: 208 DATE DUG: 08-14-13 ENCASEMENT ENCASEMENT UTILITY TOP BOTTOM DIRECTION N/A N/A N/S N/A NIA NE/SW NIA GROUND ELEVATION CONCRETE: TRACER WIRE FOUND: N/A UTILITY ELEVATION BASE COURSE: PIPE COVER MATERIAL: No N/A Native Soil OVERBURDEN MATERIAL: Close up view of the utlities found in pothole 208. N/S A 3 inches PVC electric utility was found at depth of 43 inches TIP. A 12 inches ACP water utility was found at depth of 48 inches T/P and 2 inches PVC telephone (ATT) found at depth of 31 inches T/P. Utilities were found directly at markout. 3 and 2 inches pipes run N/S direction. 12 inches pipe runs NE/SW direction at the pothole location. RECORD OF TEST HOLE DAT A 2 3 UTILITY TYPE Water ----------------4 _______ _ APPROXIMATE STATION 2 _____ _ 3 ------4 ------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 6.0"ACP NORTHING COORDINATES 5.0" MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 43.0" T/P EASTING COORDINATES ASPHALT: 5.0" Yes Yes Yes Area shot of pothole 81 located in NE bound lane of Basswood Ave at the transition with James Dr and approximetaly 15 feet from the curb at east side of intersection. Photo was taken standing in NE bound lane of Basswood Ave looking NE. ENCASEMENT TOP NIA GROUND ELEVATION CONCRETE: AIRX JOB NO: X130084 TEST HOLE NO: 81 DATE DUG: 08-16-13 ENCASEMENT BOTTOM N/A UTILITY ELEVATION BASE COURSE: UTILITY DIRECTION NE/SW TRACER WIRE FOUND: No N/A Sand PIPE COVER MATERIAL: OVERBURDEN MATERIAL: Close up view of the 6 inches water utility found in pothole B1at the depth of 43 inches TIP. Utility was found directly on markout and runs NE/SW direction at the pothole location. RECORD OF TEST HOLE DATA UTILITY TYPE Water 2 3 4 APPROXIMATE STATION 1 2 3 4 PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 6.0" ACP NORTHING COORDINATES 5.0" MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 45.0" T/P EASTING COORDINATES ASPHALT: 5.0" Yes Yes Yes Area shot of pothole B2 located in NE bound lane of Basswood Ave at the 1635 Basswood Ave. Photo was taken standing in NE bound lane of Basswood Ave looking SE. AIRX JOB NO: X130084 TEST HOLE NO: B2 DATE DUG: 08-16-13 ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION N/A GROUND ELEVATION N/A UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No NIA Sand NE/SW Close up view of the 6 inches water utility found in pothole B2 at the depth of 45 inches. Utility was found approximately 1 foot SE from the markout area and and runs NE/SW direction at the pothole location. RECORD OF TEST HOLE DATA 2 UTILITY TYPE Water --------3 ______ _ 4 2 3 4 -------- APPROXIMATE STATION ------------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 6.0"ACP NORTHING COORDINATES 5.0" MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 28.0" T/P EASTING COORDINATES ASPHALT: 5.0" Yes Yes Yes Area shot of pothole 83 located in NE bound lane of Basswood Ave on the opposite side of 1660 Basswood Ave. Photo was taken standing in NE bound lane of Basswood Ave looking SW. AIRX JOB NO: X130084 TEST HOLE NO: 83 DATE DUG: 08-16-13 ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION N/A GROUND ELEVATION N/A UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Sand NE/SW Close up view of 6 inches water utility found in pothole 83 at the depth of 28 inches TIP. Utility was found approximately 1 foot SE from the markout area and runs NE/SW direction at the pothole location. RECORD OF TEST HOLE DATA 2 UTILITY TYPE Water --------3 ______ _ 4 2 3 4 -------- APPROXIMATE STATION ------ ------------ PAVEMENT THICKNESS: UTILITY MARKED BY USA: SIZE & MATERIAL 6.0"ACP NORTHING COORDINATES 5.0" MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: UTILITY DEPTH 25.5" T/P EASTING COORDINATES ASPHALT: 5.0" Yes Yes Yes Area shot of pothole B5 located in NE bound lane of Basswood Ave at the 1695 Basswood Ave. Pothole is located approximately 30 feet from intersection with Valley Street Photo was taken standing in NE bound lane of Basswood Ave looking NE. AIRX JOB NO: X130084 TEST HOLE NO: B5 DATE DUG: 08-16-13 ENCASEMENT TOP ENCASEMENT BOTTOM N/A UTILITY DIRECTION NIA GROUND ELEVATION UTILITY ELEVATION CONCRETE: BASE COURSE: TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No NIA Sand NE/SW Close up view of 6 inches ACP utility found in pothole B5 at the depth of 25.5 inches TIP. Utility was found approximately 3 feet SE from markout area ahd runs NE/SW direction at the pothole location. Appendix I Standard Traffic Control Plan .. ► ·-➔c;;,, -nnn.ur .. (!) F OUlSIDC IA!£ IS A PARKWG I.AN£ IHEN TEJIPCRARY "NO PARICIIC/10W AIMY" SIGNS AR£ JO BE POS1FD PER 1RNFC COMIRQ. NOIE" 4. [J LJ '-J NJ'(~-~ SIGHS (~J~_.,>J:+.- +-.. :~,, ~ --~~:i_lo (., .. ·,,1__;;;.,._;,- -·~---.. l •. ·-Y~O.A __ l.cirW!Wrl .J .... _., J -.. -.1 ...... ·,·· _-r,.;·,.,,M1-_ '.J,\7/ .. -.....-- AIJYNJ!X tlNIHNG SIQJS..iSfr.JAIIE JJ Il•f' wt "'! ... ·--··--L L !'f••• ~ • • • • • • • • •., .,.,1i; .,._ ... 'fR .1/1-f-l·-··i·j ca«c,i !!.~ -"" .. -~:~:*-l#i.·~;&_Q_~~~--~='. ~-~:-.~~-··-'·. ~\ < ~~-i ... . ... ···-·· --·--· ··----------· ---~ ,. •( --rnwwwr /JopAllt(Nj/ .. J (D If (lJTSII}£ UN£ IS A PNlKIIC LAA£ ffN rEMP<:RNlY "HO PARKWC/TOW AWAY" 5/CNS Nl£ 1D fl" POSrED PER TRAFFIC CCW!Ra. N01C 4. TYPICAL LANE CLOSURE Jlffl BmBSUll8 CONTROL .,..:;➔ .. "m.---='·-lr20-~ .. ,~. , T:.: ~-,~\-~ i@P~A!Mr" lONE(nP) .. .. .. .. -I~2,.u'f.:'t' 1i21/c-2~ TYPICAL SIDffALK CLOSURE ~ DIRECllON IF TRA\IEL PQUAlll.[SIQI 1RAfFIC COllf,MiJN£ATIJ< ~ :1<, -,, ,,,,, _ R9:oEf v>A!~-,l~~ _::'',F~•;,~;,_~lo~! e 1RAfFIC --t TIP[l[BAMCAIJ[ 11\DLC. 1; ,,..r-c.n LC.J'O,:,ln.> L APPROAOi ""'""" ....... ....... """"" TAPER 1..ENClH -Of .. ACINGO' ""'"""' """' CONES FOR CMSALONO CONES AUJMG TRAFFIC CONTROL NOTES ,. :"Jss~~l/£o~rm ID• _____ Jll ____ _ 2. Pf1IES1l1IAN caflliO.S Iii 11£ Pl10lllEJl AS -.1 /lflJ£SIJIIAHS SHALL 11£ l'l!llm;rm RIQI E1'1ERINC 11£ E>CAVAIJIW BY PHISICAL &WilEliS llfSIGlrlflJ, IWSTAUIII, AWJ -TAMI> ID 11£ SAIISFACIIQV IF 11£ DTY EJICINEBI. ~ IEMPQIARY 'NO PNUIC/IDW Al'Ar" 5/QIS STAIIVG 11£ DAI£ AWJ 1IIE IF Pll<HIIJIW Iii 11£ P0Srm 72 HOURS,,_ ID t:alllEIICH: IIOIIC. CALL CAII.SBAO PQJtE lll!i'AICH AT (7IO}IJI-Zll1 ID VAIAMI£ POS1INC. 5. AtrESS Iii 11£ IIAIITAINED ID ALL IRlEWAlS I.NESS one -TS NE MAil£ 6. IIEIQIES 111ST 11£ 8ADCIIJ£D CJ! l'lArm DURIIG ---HOURS I.NESS K-IIAI. -NE l'llllllllEll K-IIAI. /S APl'Rl>lm au IHN SFmFICALlY -CJI 11£ Al'PIIOIED IIWf1C CONIRO. PWI. l'lAIES SHALL HA~ a.EAlS N#J a:lO lff AT 11£ ED(ES' AS APPR0'81 BY 1H£ 01Y IISPECTOR. 1. S11IFIIG 11'.L 11£ R£PUoaD BY 11£ CONll1AC1111 ■-24 H<XIIS. IF -(JI IIAMAGID. I. IIDill' JIIAT ll/SMIIS NCJIIIAl IIWf1C-_ llMG O'!JiA11(WS SHALL 11£ ...,._.rm 11111 11£ QIY (IF CAII.SIIAD. CONTACT s~ IIIIISICJI AT (7&0} <Jf-:IS.J112 HOURS,,_ Ill COIIIIENCING IIOIIC. a IIWf1C SIGNALS SHALL RfJIAIN FIILY AC11Mrm AT ALL ~ I.NESS 0116111!£ Al'PIIOIED BY 11£ QIY E/IGINEER CJI HIS IE'li£SEHTAll'I£ IF IRAFRC SIIJNAL 11/0P llEIEClll!S NE /ElllEliED IIIH11A111£ BY 11£ /l!iO'llSED 11011C. MOO> llEl£CIICJI SHALL 11£ USED Ill l'IIOIIIJE ACll/A-ld RAQ;ERS SHALL 11£ fQl.ffED 11111 A !NI£ /WIil HAr, NI CJINIG£ lfSr. AWJ A °ml'/sLO'lf PAID.£ CJI A 5 FOOT STAff. 11. N.l. 1RNflC CXWJIU. lEtaS' 1111ST IE JIMITAIIED 24 HCUlS A DAY. 1 DAlS PER llf!Jt', BY 1H£ a:»l1RAC1tR 12. ALL 1RAfFIC CONIRO. SHALL 11£ II ACt;tJROAIIC£ ■111 11£ CALlllllNA IIAMJAL I.I ~~s'Z~..J'~~¼..QI PHASE: (IF 11£ IOIC' II 1H£ DfTAl. Fl.RIA,; Nil QJN.JTY I.JJJS1RA1ED (Jil 1115 SHEET. I~ ALL IIWflC CONIRO. £lf1laS SHALL 11£ lifJIOIB) R101 IIEW CJ! OOIERflJ 1HN NOTII US£ 15. 11£ QIY E/IGINEER CJI HIS REPl1ESEHTA 111£ HAS 11£ AUTHalllY ID NIIAI£ FED QIANGES ID /HSU/£ PUIJC SA/Ur. 16. ALL IIDill' AFF[CJIVG l1JS Slf1'S SHALL 11£ ...,._. rm ■111 NCJ!lll CIMMIY IRANSIT 0/SJRtCT. CON1RAC1111 SHALL CALL NClll AT {7f0} 961-2828 AT I.EAST 12 HOURS II ADVAla CIF STARIIVG IIOIIC. 17. OIAIIG£N1I£ l6SAI/£ 5/QIS SHALL 11£ USED II ADV/r/lCE IF 7IIAfflC COHIRO. T, CJI -AW) -~ I/MESS 01HER115£ -llE£ 5/QIS SHALL 11£ SIIOltl CJ/ 11£ 1IINflC COHIRO. PUN. ·--· --··--· .... ··- """"°' "'"'""""-5PW) IIUf'f[R SPACE (M.P.H.) L2(FEET)±• 25 155 :,0 200 " 250 .. 305 " , .. so ◄25 55 ◄95 .. 570 • SE£ WTCD TABU 6£-101 FM SUSTAND DOIIHQWlES S1EIPER fHAN JS AND I.ONC£R rH,l,N I MIi.£. €> W20-2 L, ~ W20-5(RT) ~ W20-5(LT} ~ W20-5(BIKE) ~ W20-1 ~ W20-4 ~ W21-5 W3-4 ~ FUGGER y ruGmEE ,,· {lrtlP.H.) TAPER' TAPER T ..... T (fID) • ("'1). TABLE 3: SIGN SPACING. L w ml FlASltNG ARROW 91JN 4 PCIITAIILE fUSHNC B£A00N ____ ,. iiiiiiiiiiiil K-RAL Cnft•cmll.1[- ~ QWIGEABLE IIESSolQ': SIGN 0 o·• , .. K-RAIL (CONCRElE BARRIER TYPE 50) ,. '" • 25 JO 180 7 JO J5 "' . ,. .. ,,. ' .. .. "" " ◄5 so 000 " ,. " ... 13 55 " 720 " .. •!!ASlD <W 12RXJTIIUI.NE. ffl/Sal.UIINISALSOAPPR<PRIAIE' FOR LANE llfDTHS LESS THAN 12 FEET. so .. ,. 80 90 100 110 120 -YINIIAJM DISTANC[ IN FEET L ---"EED ~~ l:roi.:s~• ( M.P.H.) CITY OF CARLSBAD "'511W<25 100" I , ... APPROVED 25 TO 40 ,... I JOO' CR[A1ER lHAH 40 500 I 500 !XACf SPAONC MAY VARY DIE ,0 F1EJ.D CCNJIJIONS for TRAfAC OIVISION DAlE u SIGNAGE NOTES I. AT !£AST Cl£ PERSl/11 SHALL 11£ ASSIIMll ID fl.U 11£ -1EN/r/lCE CIF 1IINflC COHIRQ. DOfCES' CW ALL NIGHT LAN£ a.DSliES. 2. N.l. WARNli/G SIQiS Fm IIGHT LANE Q.CJ:5Ullf5 SHALL EE WM¥A1ED Cll R£R.EC11BZED AS 9'£Clfl!D " 11£ 5Pftl'ICAIICJIS. .1 ALL AOV/rllCE -SIGN INSTAUJ.11(WS SHALL BE £QUE'PEIJ ■IH Fl.AGS FrR DA>'llE Q.05UiES IF ALL llA..OI AWJ ,-: ARJERfALS. flASlfNf) 8£ACONS SHALL 11£ USED DURING NIQIT LAN£ a.!WlES. ~ A G21)-2 '00 ROOl IIDifl'" SIGN SHALL 11£ PW:!D AT 11£ IJf/ IF 11£ LAN£ a.DSUI£ I.NESS 11£ IJf/lFIIEIIIHl'AREAISIIIIIOIJS,CJIIJf/S •NII A LARGER PR0£CT LM1S. 5. ALL CONES USED fl1I N1GHT LAN£ <lOSIA16 SHALL BE LL.t.MYAlED '1RAFFIC caES fR F1T1ED ■1H rflEUt'ff\£.!Ul\ES. 6. RASHIIC NlROW S1CNS 9IALL lE USED P£R DE CA1RYiMA IIURJ>. SI.BIT nF£ SHALL 11£ USED IIR£5IOOOIALAREAS: 7. 11£ IIA.llllflJII 9'AQHC l/£TWEEN CONES II A TAPfR CR A TAN6EJIT 9IAU. BE APPRODIAJEl.Y AS SHO'/rNIITABl.£1. a Al/OIKINAL ADVANCC RAQ;ERS SHALL 11£ R£IJU1l1fIJ 1HN IRAFRC QUEI/ES IEflfP_ FI.ACCER STABCJIS fl1I IIDill' AT NIQIT SHALL 11£ I.JJMNAmJ AS NOJED IN SECTICW 6G.20 <F 1HE UUlr:rJ. ._ :t:.Z~T~~ :::;;_rioo· 10. ALL RE"CXRD SIQIS JHAT AR£ TO ££ LEFT IN l'lA<l: 0\£11 A llm(E1fl al HOUJAY SHALL 11£ POST IIOUN1ED. 11. CCWS1RVC1KJN ARE'A 1RAFF1C CCWTRa. DOta:5 SHALL IIECT 1t£ PROWSICJiS OF SCCllON 12 IF 11£ IIOST RECENT EDl1ICJI (IF 11£ CAL IRANS STAWJARD 9'£tJ'JCAIICJIS. .Sl!ll!.S @ W4-2(RT) ra::1 R9-11a <S> W1-4(LT) ~ R9-10 0 W1-4(RT) ~ LINE <S> W1-3(LT) ~ C9A(CA) [g] W13-1 <e> CJO(CA) 1R0.,00 -I G20-2 ~ CJOA(CA) I ·:= I R9-9 @ CJ0(BIKE) LJ CITY OF CARLSBAD I SHEETS I ENGINEERING DEPARTMENT [APPROVED OIM\IBY: --1 CHKO BY: __ RV'IIIO BY: "'""' OAlE PROJECT NO. ]l DRA~NG NO.I Appendix J City of Carlsbad Notes for Signing and Striping Plans APPENDIXG CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS GENERAL NOTES: 1. The contractor is responsible for installation/replacement of all signing and striping. 2. All signing, striping and pavement markings shall conform to the California Manual on Uniform Traffic Control Devices (latest version), the Caltrans Standard Plans and Specifications (latest version), these plans and the Special Provisions. 3. All signing and striping is subject to the approval of the Transportation Director or his representative, prior to installation. 4. Any deviation from these signing and striping plans shall be approved by the Transportation Director or his representative prior to any change in the field. 5. All striping shall be reflective per Caltrans specifications. Striping shall be repainted two weeks after initial painting. 6. All signage shall be reflective per ASTM Designation 04956 and shall use Type IV prismatic reflective sheeting (High Intensity Prismatic or equal) unless otherwise specified. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" and street name signs shall use Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 7. Prior to final acceptance of street improvements, all street striping and markings within a 500' perimeter of the construction project will be restored to a "like new" condition, in a manner meeting .~ the approval of the City Inspector. ...,,/ 8. Exact location of striping and stop limit lines shall be approved by the Transportation Director or his representative prior to installation. 9. Contractor shall remove all conflicting painted lines, markings and pavement legends by grinding. Debris shall be promptly removed by the contractor. 10. All pavement legends shall be the latest version of the Caltrans stencils. 11. Limit lines and crosswalks shall be field located. Crosswalks shall have 1 O' inside dimension unless otherwise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends shall be thermoplastic unless otherwise specified. Preformed thermoplastic arrows and legends shall not be acceptable. 13. All signs shall be standard size as shown in the California MUTCD unless otherwise specified. 14. Sign posts shall be square perforated steel tubing with breakaway base per San Diego Regional Standard Drawing M-45. 15. When a sign is attached to a pole, it shall be mounted using a standard City of Carlsbad approved mounting bracket with straps. 16. Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public Works Yard at 405 Oak Avenue. 17. All signs shown on these plans shall be new signs provided and installed by the contractor except those signs specifically shown as existing to be relocated or to remain. 18. Fire hydrant pavement markers shall conform to the California MUTCD and San Diego Regional Standard Drawing M-19. 19. Lettering on ground-mounted street name signs on multi-lane streets with a speed limit greater than 40 mph shall be 8" upper case and 6" lower-case. Lettering on ground-mounted street name signs on streets with a speed limit of 25 mph or less shall be 4" upper case and 3" lower case. Lettering on all other ground-mounted street name signs shall be 6" upper-case and 4.5" lower-case. Lettering font shall be Clearview. Supplemental lettering such as suffixes, block numbers and directional arrows shall be at least 3" high. 20. Street name sign blanks shall be flat (non-extruded) and street name posts shall be a minimum 12- gage, 1 ¾" square tubing per San Diego Regional Standard Drawing M-45. 21. Where R6-1 "ONE WAY" signs are installed in a raised median, the bottom of the sign shall be 18" above the finished surface of the median. 22. Where OM1-3 object markers are installed in a raised median, the bottom of the sign shall be 24" above the finished surface of the median. 23. Where R4-7 sign and OM1-3 object marker are to be installed in a median less than 3 feet wide, the R4-7 sign shall be 18"x24" and the OM1-3 object marker shall be 12"x12". 24. All median noses and flares shall be painted yellow. 25. Existing "STOP" and "STOP AHEAD" signs and pavement legends shall not be removed until traffic signals are operational or until directed by the Transportation Director or his representative. 26. New "SIGNAL AHEAD" signs and pavement legends shall not be installed until traffic signals are operational or until directed by the Transportation Director or his representative. Appendix K Geotechnical Reports '1(/n!Jo&~·-· Gt'Olethn1t,1I c1rv.t [nvironmcntal Soc·nn·~ Comulr,,nt, Ms. Sherri Howard City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Subject: Groundwater Analytical Results Linda Lane Carlsbad, California On-Call Contract No.: PWENG 708 Dear Ms. Howard: December 12, 2012 Project No. 107390002 In accordance with your request, Ninyo & Moore has performed groundwater sampling at Linda Lane in Carlsbad, California. The project area is located along the northern cul-de-sac of Linda Lane in the city of Carlsbad, California (Figure 1 ). Based on di_scussions with City of Carlsbad personnel, we understand that the City is seeking to address groundwater issues in the project area by disposing of excess groundwater to the stonn drain. Presented are the results of our field- work including installation of one groundwater well 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 well. • Notification of Underground Service Alert (USA) to locate potential buried underground utilities in the vicinity of the monitoring well location. • Obtaining a County of San Diego Department of Environmental Health (DEH) monitoring well permit. • Performing a subsurface evaluation consisting of: 5710 Ruffin Road • San Diego, California 92123 • Phone (858) 576-1000 • Fax !858) 576-9600 san Diego • Irvine • LOS Nlge/eS • RandlO Cucamonga • Qak/and • San Francisco • 5aaamentO Las vegas • f'tlOenb( • rue.son • PresCotr: vaaey • Denver • 8 Paso • Houston Linda Lane Carlsbad, California December 12, 2012 Project No. l 07390002 o Drilling, logging, and sampling one exploratory soil boring with a truck-mounted, hol- low-stem auger drill rig. The boring was drilled to a depth of approximately 15 feet below ground surface (bgs). Soil samples were collected and returned to our in-house geotechnical lab. o Converting the boring to a 2-inch diameter groundwater monitoring well ( designated MW-I). o Collecting a groundwater sample 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. • Preparing this letter to provide our findings and conclusions regarding the groundwater ana- lytical test results. FIELDWORK On October 24, 2012, fieldwork consisted of the excavation, logging, and sampling of one small- diameter soil boring. The boring was advanced with a truck-mounted drill rig utilizing 8-inch ,...., ' diameter hollow stem augers. Selected soil samples were visually classified and logged during ,..,,,I drilling. The boring was then converted to monitoring well MW-I (Figure 2). A boring log is in- cluded in Attachment A. The monitoring well was constructed according to County of San Diego (2007). A monitoring well construction diagrams is presented in Attachment B. Due to absence of groundwater, well development and groundwater sampling did not take place in MW-I. As directed by the City of Carlsbad, we obtained a sample of water flowing from a curb drain pipe into the gutter between the residences at 2094 and 2104 Linda Lane. GEOLOGIC AND GROUNDWATER CONDITIONS Very old paralic deposits were encountered during our subsurface exploration to the depth ex- plored. In general, the material generally consisted of reddish and yellowish brown, moist, loose to very dense, silty sand. Groundwater was not encountered during the excavation of our boring and to date has not been observed in the monitoring well. 107390002 L.doc 2 Linda Lane Carlsbad, California GROUNDWATER EVALUATION December 12, 2012 Project No. 107390002 On November 2, 2012, Ninyo & Moore personnel conducted groundwater sampling activities at the site from the curb drain outlet between the residences at 2094 and 2104 Linda Lane. Groundwater samples were collected into laboratory-supplied sample containers. 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, California, a state-certified laboratory, for analytical testing. Copies of the AETL analytical report and chain-of-custody documentation are provided in Attachment C. LIMITATIONS The conclusions and recommendations presented in this report are based on analysis of observed condi- tions 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 construction. 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 of the project, and did not include evaluation of structural issues, environmental concerns, 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. I 07390002 Ldoc 3 Linda Lane Carlsbad, California December 12, 2012 Project No. l 07390002 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. 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 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 government 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 of the 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. NMM/FOM/GTF/gg Attachments: References Figure 1 -Site Location Figure 2 -Monitoring Well Location Attachment A -Boring Log Attachment B-Well Construction Diagram ~?~ Gregory T. Farrand, PG, CEG Principal Geologist Attachment C -Analytical Reports and Chain-of-Custody Documentation Distribution: (I) Addressee (via e-mail) 107390002 L.doc 4 Linda Lane Carlsbad, California REFERENCES December 12, 2012 Project No. 107390002 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.P. and Tan, S.S., 2008, Geologic Map of the Oceanside 30' X 60' Quadrangle, Cali- fornia, California Geologic Survey. Ninyo & Moore, 2009, Geotechnical Evaluation, Park Drive Pavement Repair, Carlsbad, California, 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. 107390002 L.doc SOURCE: 2008 THOMAS GUIDE FOR SAN DIEGO COUNTY, STREET GUDE AND DIRECTORY; MAP C> RAND MCNALLY, R.L07-S-129 SCALE IN FEET NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE 0 1,200 2,400 4,800 N A m ~1---------------------r------------------------------,------ !,1-------~___.!.__,n___:'!J=---rl-&,.--l(t--'--D-U_r_e __ f--____ s_lT_E_L_o_cA_T_IO_N ____ __, I r 1-----------+-------------1 PROJECT NO. DATE NORTHWEST QUADRANT STORM DRAIN PROGRAM (LINDA LANE) CARLSBAD, CALIFORNIA FIGURE 1 0 107390002 12/12 :,L.---------..L.----------1....--------------------------------------' LEGEND @ MW-1 MONITORING WELL TD=15.0' a, NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE l(ln90&/(lOO-re PROJECT NO. DATE 107390002 12/12 SOURCE: Aerial Imagery • Photo Doto: FEB 11, 2010. ESR~ k:ubod, USDA FSA, USGS, AEX. GeoEye, Getmllpping, Aorogrld, IGP. N A SCALE IN FEET 0 15 30 60 WELL LOCATION NORTHWEST QUADRANT STORM DRAIN PROGRAM (LINDA LANE) CARLSBAD, CALIFORNIA FIGURE 2 Linda Lane Carlsbad, California 107390002 l.doc ATTACHMENT A BORING LOG December 12, 2012 Project No. I 07390002 '· 0 rn U:-w l u z-....I I-e:, a.. 0 Q) :E ....I ~ 0 w ~ <( u.. a:: 0 ,: rn ~ :::, en al :E I-z rn w >-~lii 0 6 0 rn ....I -::I.~ al :i: >-mo a:: 0 □:::c:r:u 10 10 z 0 ~ en u· -U u.. . -rn rn . rn:::, ::s u BORING LOG EXPLANATION SHEET '.::IJ -Slffi[ e. :J odified s:]itLbarrel drLe sam::Jer. No recoc:_erC..J CitCmodified s:Jit::Tharrel drir.:e sam'.::ler. CJ1mne retained b[Jot::ers. ::::tandard Penetration Lest :TI□□ No reco'::erl---: Cima CP'J. :::r:elbc:tcbe sam,Je. Distance [Lsi:::ed in incr.:esuenctuof samcJe reco::::ered in inc::::es. No recor:..er[: CJitr_:, ::r..elbetr.:be samc::ler. Contin,'.J>:::S PC:SC :.J.tmOe. =:eer::ar.:e. OroiJldOater encoiJ1tered dctinOdrillin:J Oro'.Jld□ater meascted after drillin:J SM O oa:;o O OCOOCDL □CPO :::rr:IJ[],CIJ Cblid line denotes Chit cr::anr.:e. CL Das:'fd1ine denotes materiafo'Jmr.:e. ------------------- Ottit[lies [Ilri ::::e m>i C bITJeddin□ crr::ontact j:TI>int fl:Ilactr::te Dill□t csCClaC:::::eam srnr.:ear bss::::Oasal ;:Jide rnface sfCIT.ear Q:actO-e sITIT:Mr Cbne sbs ::mar CeddinJ :::nface or.:e total de[]Oline is a soli line t:::llt 1s draOn at tr.:e ottom o tr.:e orin□ PROJECT NO. BORING LOG OIIlanation of Dorin□Lo□ ::Ilnbols DATE Rev. 11/11 FIGURE U.S.C.S. METHOD OF SOIL CLASSIFICATION u MAJOR DIVISIONS ' ore t tin I 2 of coarse fraction . No. sie:e sie TNDC:; =r:1 ore ti~n t :2 of coarse fraction No. i sie[e sill! Ll~i~~;c~ ;·.-J CL ~(:JC Lir:id Limit TD LETid Limit ;::m c::;rn::u, ~ETJCJN::IC :n::u~ GRAIN SIZE CHART ODNUO CD OUUCN CLOuilllCDOiJDN C. G ctandard Crain :::He in Cleo, me Oillimeters CCCLDCi□C Cbo'.:e 120 OboCll 300 COCJClLrJO 12[Jto3C 30Cto7C12 00:JOCL 3Dto No. C 7□2to 07L, Coarse 3Cto Jmr:; 7'.J2tol9.I Cfoe 3!I::IJto No. C 19.1 to □7C CIJND No. '.:', to No. 200 ::l7□to 0.07[, Coarse No. Cto No. 10 C7[1to2.00 D edilJn No. 10 to No. ::0 2.00 to 0. ::20 Clne No. CD to No_ 200 O.C20to0.o70 ClLOO CLOD Delo□ No. 200 Delo00.070 SYMBOL TYPICAL NAMES •=~.:~ ~-,· .. .; .. , ••.. .11,M •••• ... ,,,.. I ..... · ............. ··········· ell _taded ra:els or [Ja::e!Csand mi t:tes, little or no fines ,-iP PoorLCraded _ra~:els or J-a::el:sand mi'Ktes, little or no fines CJ ell lJ-aded sands or :fa[ellCsands, little or no fines Poor![! []:aded sands or .:::tar::ell C sands, little or no fines [C ::IltC sands, sand ::silt mi Clctes .r.,2 :..-~ , ~ ;.1r· LC Cla:e':.~sands, sand@laC:mi::::tctes ~ ~-~ [::JL ':.lnorChic silts and c::er:Jfine sands, rocCflo'.1", silt□or clar::e□fine sands or clar::e□silts Cit□slirTt Oasticit[j iJnorChic cla[J; oflo:J to mediDn []asticitq ctaCellC CL cla[s, sandlJclaO;, siltCclaO;, lean claO; CL C C cc DC Pt CJr:.Jmic silts and or!Jmic silt□ claO; of loC ClasticitC □nor[mc silts, micaceoO; or diatomaceoO; fine sand[ or silt□ soils, elastic silts CnorQmic c]a[J; of :J[[J Dasticit[l fat claO; L'JrOmic claO; ofmediDn to □CDDasticit[l orQmic siltlJc]a[J;, orOmic silts Peat and otr::er :JrTIC:or'.]mic soils 70 60 0 PLASTICITY CHART / / V / CH / / V /" V CL .,v MH&OH I / / . -, CL·• L I ML&OL 'L' I 0 ~ ~ W ~ 00 ~ 70 ~ 00 ~ LIQUID LIMIT(LL), % U.S.C.S. METHOD OF SOIL CLASSIFICATION □Olatod No□ 2011 0 Cl) w _J n. U:::-::? ,..., 0 z :;::;-4; I-::R e:. 0 (I) Cl) 0 ~ ~en ~ 0 w >-_J I:!:: o:'. I-0 o· ,: ~ ::::, ci.i al -0 ::? LL . I-z -Cl) Cl) w >-CJ) • .I<: C: 0 6 0 CJ) CJ) ::::, ..::i -~ _J ::5 ::,,c: al ::? >-mo o:'. 0 0 DATE DRILLED ---------10.:1 '.12 I, .Obs. ; ~ ·.to:~ri'. L BORING NO. GROUND ELEVATION ---------- DRIVE WEIGHT ------------- i 1 SHEET I OF --- METHOD OF DRILLING LDiameter .. ollo.. tem I.er C . ,·,: I :~.cott·s. Drillin l DROP -------- SAMPLED BY N ; LOGGED BY N. _ REVIEWED BY .J ---------DES CR IP TIO N /INTERPRET AT 1O N 0 _: ,:_p •. Ll C'NC _]. :: '. . . Tto Jmatel · .;~,inc.ts Uc , =~~: :r LD PJ .:.::-LJC D~J>J'Tu .T ·eddis . bro n, moist, loose to medi Jn dense, silt, : . "ND trace J-a .el. Dense. r~o:r:· '".9 I 19.0 .:.:er~dense. IO ,Jorr: 11.9 IO~J.3 ~Jello:Jis:·1bro'.~in::-coarser sand. ~~O[r! ::.;.=:i 120.2 ic-+-+-1-----1--+---.,....""l----+-=Cb,-,-tal.....,,,D,....e--=a""':_=,=1~]'""1-o-L""''fi ... ee-t-. ------------------------u Cro[hd~ater not encol:htered dU-in[drillin~:i 1 c: ell installed sCbrtl'.Jafter drillin=:on 10r2rn2. Note:::CroChd=:ater, tCb!JJJnot encoChtered at tee time of drillinq ma□rise to a □~Ilr leCel dee to seasonal :::.ariations in !J-eciCltation and ser::eral otCer factors as diseased in t'.::e re:J>rt. BORING LOG Nooo□o crn iJOCDDDND OJOOD DDO!N POOOOOO [L(NDO L□Nm CCiJLOOOD, COLOlD□Nor; PROJECT NO. 107390002 DATE 12□2 FIGURE □□ Linda Lane Carlsbad, California I 07390002 L.doc ATTACHMENT B WELL CONSTRUCTION DIAGRAM December 12, 2012 Project No. 107390002 NIONITORING WELL NO MW-1 COMPU:::.TION DATE 10/24/12 8" 2' r----?" DIAMETEH, WATER TIGHT LOCKING WELL CAP TRAFFIC-RATED WELL covrn CONCRETE (4000 PSI) ·-.. :-~ -· N/A ---Y~- t } Not to Scale ~ ,.,:. ~-----BENTONITE GROUT FROM 3-4.0' -~-----2' DIAMETER, SCH. 40, BLANK PVC CASING FROM OTO 5.0' 2" DIAMETER, SCH 40, 0.020" SLOTTED PVC CASING FROM 5 TO 14' .----#3 MONTEREY SAND THREADED ON END CAP TD. 15 FEET 1-a·~ t.___.-!,._,n_t,=--•-•,....A_!_ft_•_•_r_• __ --!-M-O_N_IT_O_R_IN_G_W_E_LL_c_o_N_S_T_Ru_c_T_IO_N_D_I_AG_RA_M---1 PROJECT NO. DATE 107390002 12/12 NORTHWEST QUADRANT STORM DRAIN PROGRAM (LINDA LANE} CARLSBAD, CALIFORNIA FIGURE B-1 Linda Lane Carlsbad, California ATTACHMENT C December 12, 2012 Project No. 107390002 ANALYTICAL. REPORTS AND CHAIN-OF-CUSTODY DOCUMENTATION 107390002 L.doc □merican Cb □ronmental Cestin □ Laborator□ llic. 2c_:3C! l290'i NirtC: Nmmi '.]reet ::_tbanl:i CU 91D·~ :; Dl:£:: N:~i~11 ;_Ll, L'JC:_D N,:L:IOUI :::eL !7iJIU2UC!J ~1::L __ L1 JTIIU200 , • ! .. 'a,T '.:•.FL ~LUJUD __ ;_:::r,.aetlab_com Ordered By ti~t.i~0 ,]~)19??;!! ... s •t:ifo•<a,;if'f fn'.·ib~ct sari t>J~~§:, ·~ ~2123-" Telephone: (858)576-1000 Attention: Frank Moreland Project ID: 107390001 Project Name: Linda Lane Storm Drain Site: Linda Lane Carlsbad, CA Nl,Ullber_of Pag~s Oat~ i:tf!be1~~(f· oat~aei;,6~1::iac1 .; .... -.. Job N~er 67595 10 .. 13:l~t/iQf2 12l0Gi2oi2· .· :•,: ,·· ·,•.:,-·J• 11/26/2012 ClieJit NINYO2 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 G) American Environmental Testing Laboratory Inc. . 2834 & 2908 North Naomi Street, Burbank, CA 91504 • OOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com CHAIN OF CUSTODY RECORD N~ 80192 COMPANY ,._ \, _LAA __ ,....,_ PROJECT MANAGER • A _ t I AETLJOB No. !'J\tl\'--1.0 -q-iv\.OCl-.c... ~ .... k JV\o~CI."\~ G~5<tS COMPANY ADDRl:H PHONE '9$ "I ,.S";,G, -lc,c:=o ANALYSIS REQUESTED II\ 99-!0 Q~/\ \LJ... <; _ _,.... Oi.-ic Ch-q2(C>~ FAX gsg-S-:J-.t;.-'tt:co M 1 0 ~ N ;F ~ TEST INSTRUCTIONS &COMMENTS PROJECT NAME . -PROJECT, ~ ~ • ,j [!~ ..I... li ·l U"'c:A_o.. L-."'ca ~-h>rn. iDr-..1.,,.. (0~"3-,000I ~ -M ~ ~ l~M ,,_-rt t 1; SITE NAME 1 ~-A_. , / ,_,_,A ,,. A PO# ~ J t l i i \\ ~ AND .... , .. 'A., L...o.."\E ... t..,Af'~ ......,,,. ~ ., t l rt ~ s ADDRESS d ,> ~ $ ~-" v.f'3"_, CONTAINER O j ri: ~ :.'!. ·, c -"9 SAMPLE ID LAB ID DATE TIME MATRIX NUMBER/SIZE PRES. O -, -" ~ ~ 9:-v -C ~ \I~~ ~~kJ~~~~~~ I 6-\ ,~s .. ol ~~---\0:\59' 1-1.,Z> • > 'Tc... '-If.. X, Xx.. >< K )<. X X. X 2 I• 4 f I 7 I 9 ,. 11 ,. ,. 14 ,. SAMPLE RECEIPT-TO BE FILLED BY L~RATORY :~PLEA: l:IT 1, REI.INQUISHEDSY: ,.,.,--;,, BY: 7 3. - TOTALNUMBEROFCONTAINERS ,3 PROPERLYCOOL&e ... JYN/NA ;:,ignarure~ A._ 1:119nalure: ~ .... :;1gnat11re: ~--i OUSTODYSEALS Y/N(NA ) SAMPLESINTAC{ Y/./NA PtlnledName/v ,$$«. ,A{of"tot\ PrinfedN11me: _/ . PrinledNarn;: ./5,L __ l,J;f -~ RECEIVEDJNGOODCO~ SAMPLESAOCE~_v_}N Date:\l-U,-l't,. Tlme://3CJ O$/ Time: ._ Data:~(p1__ Tlme/fi~,o ,-TURN A.ROUND TIME REClilVED BY: 1. RCcEI\IED 1M _.. 2. :::J~: ~~{_J. NORMAL RUSH □ SAME DAY C 2 DAYS ~ , /' A ~ S~: ...t6._ -...,. Blgri.ifure: _..,., l Slgrururv □ □ NEXT DAY C)3DAYS IPrll'!ledMll'TIB~ A., t Le. •nntedN11/ ~ "~'L . /' f.,,., J .~ • 1Dele:Jl./7.A-/-i£Tlrnt: J/7,o 1w-'1/ Time: 07tV7-I ...J? _ T1m1$T63-o ------~ --.... ----~-" -. Page: 1 A Ordered By □merican Dl□ronmental Cestin □ Laborator□ Ciltc. 2C:3C r:290'.J NirC Niomi ::treet ;Jctban':-, C~ 91 C:0':: :JO!:='-'i;N'T]ITI, U]C[D Nl)':::101'.il ;~L T[S2'.TL'.LL Xl• .. UTLLlWO .'a'L'. ,T,L:I. TllTlJJ ·• .aetlab.com ~ . ·--·--··-----·· ------·------·----·-1 Niny:o & Moore 5710 Ruffin Road San Diego, CA 92123- --------------------- ProjectID: 107390001 . ···--···----······ . ·····-··•········· 1 :Qate it.e~etved 11/:?6/2012 Date Reported 12/06)2012 Telephone: (858)576-1000 Attention: Frank Moreland Job NUlllber -------------67595 CERTIFICATE OF ANALYSIS CASE NARRATIVE order Date I 11/26/2012 Client NINY02 AETL received 1 samples with the following specification on 11/26/2012. Lab ID Sample ID Sample Date Matrix QTY of Containers 67595.01 B-1 11/26/2012 Aqueous 3 The samples were analyzed as specified on the enclosed chain of custody. Analytical non-conformances have been noted on the report. ~ Checked By: Approved By: C.R~-.. Cyrus Razmara, Ph.D. Laboratory Director □merican lln □ronmental Cestin □ Laborator □ llic. 2r.T.:290'N:irt Ntomi treet .. .rban,C 910.:''D ..... N J B,L'C:DN.l0LJ ,·eE ::ur2 J L . L .:l .I : lLi .200 a I. '.] l L! Ll l.O .aetlab.com Ordered By Site [~~1~ gD~~;ai -··· ----·----··-·-·-····· Om DieCb, CD ~?1230 . -----··----···-· • LindaLane · Carlsbad, CD ---·•·····•··•·- Telephone: (858)576-1000 Attn: Frank Moreland Page Project ID: 2 107390001 .Job.·N~er Client Nitrate as Nitrogen Nitrite as Nitrogen Phosphorus (total) Sulfate · · · Ammonia as Nitrogen Nitrogen, Total Kjeldahl Oxygen Biochemical Oxygen Demand (BOD) Coliform, total Coliform, fecal 0.05 0.10 ;11/30/2012! ND 0.05 0.10 ·11/30/20121 ND ND 300.0 0.02 0.20 ,ll/28/2012i ND 0.600 300.0 mg/l 0.02 0.20 ,11/28/2012: ND ND 1 300.0 mg/l 1 300.0 mg/l 350.3 ·-·t· mg/l ... o .•. ~? .-J. 0.20 111/28/2012• ND 0.040J• -·-----. .. ··--·---ill/28/2012t ND I ···•-----:------0.02 I 0.20 556 0.05 I 0.10 '11/28/2012' ND ND 351.3 mg/l 0.05 0.10 ,11/28/2012' ND 0.327 360.2 mg/l 0.05 0.10 ,11/27/2012, NA 6.31 405.1 mg/l 5.0 5.0 !12/03/2012, ND ND ' \ I 1-.... ·· ·· ··· --+·--·---+---· ·+-·········-·-·-··+·· I·-·· --··---..... 4 ; 1 SM-9221A-D MPN/100 2. 0 : 2. 0 , 11/30/2012, NA i24, 000 1 ml 1 SM-9221A-E · MPN/100 ml 2.0 2.0 il2/02/2012( NA 24,000 -----"---, .-0 -·-·~ ....,.,,; Ordered By Ninyo & Moore 5710 Ruffin Roa.d. San Diego. CA 92123- American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank. CA 91504 • OOHS NO: 154 L LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • fax: (818) 845-8840 www.aetlab.com QUALITY CONTROL RESULTS Site I LindaLane Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 3 Project ID: 107390001 AETL Job Number S~bmi t ted Project Name: Linda Lane Storm Drain 67595 11/26/2012 Method: 130.2, Hardness Client NINY02 QC Batch No: 112712-1; Dup or Spiked Sample: 67672.01; LCS: Clean Water; QC Prepared: 11/27/2012; QC Analyzed: 11/27/2012; Units: mg/L ,--·--·------~------------------------------.. -----------.. ------------•------------.__, _______ . -------·· ··• ----·-·---- Sample MS MS MS r MSDUP MSDUP MSDUP RPO MS/MSD MSRPD I Analytes Result Concen Recov %REC Concen Recov %REC % % Limit % Limit Hardness (Ca,Mg) as CaCOJ 480 20.0 500 100 20.0 500 100 <1 80-120 <20 I QC Batch No: 112712-1; Dup or Spiked Sample: 67672.01; LCS: Clean Water; QC Prepared: 11/27/2012; QC Analyzed: 11/27/2012; Units: mg/L LCS LCS LCS LCS/LCSO !Analytn Concen Recov %REC % Limit ; !Hardness (Ca,Mg) as CaC03 20.0 20.0 100 80-120' ---·-·-··---------·--------------.l American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • OOHS NO: 154 I, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 www.aetlab.com Ordered By Ninyo & Moore 5710 Ruffin Road San Diego, CA 92123· Telephone: (858)576-l 000 Attn: Frank Moreland Page: 4 Project ID: 107390001 QUALITY CONTROL RESULTS Site I LindaLane Carlsbad, CA AETL Job Nulilber -Sublni t ted Project Name: Linda Lane Storm Drain 67595 11/26/2012 Method: 200.7, Total Arsenic Client NINYO2 QC Batch No: 1127122C6; Dup or Spiked Sample: 67672.01; LCS: Clean Water; QC Prepared: 11/27/2012; QC Analyzed: 11/30/2012; Units: mg/L --------·---~-··-------------------·-·------------------·-------,-· -----·-___ ,__ -··--·······------·-·-~------·· ---·· Sample MS MS MS ! MSDUP MSDUP MSDUP RPO MS/MSD MS RPO l Analytes Result Concen Recov %REC ! Concen Recov %REC % %Limit % Limit i Arsenic (Total) o.oo 1.00 0.900 89.9j 1.00 0.910 91.3 1.55 80-120 <15 QC Batch No: 1127122C6; Dup or Spiked Sample: 67672.01; LCS: Clean Water; QC Prepared: 11/27/2012; QC Analyzed: 11/30/2012; Units: mg/L LCS LCS LCS LCS/LCSD! Analytes Concen Recov % REC % Limit Arsenic (Total) 1.00 0.900 Ordered By Ninyo &Moore 5710 Ruffin.Road San Diego, CA 921.23- American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • OOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 www.aetlab.com QUALITY CONTROL RES UL TS Site I Linda Lane Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 5 Project ID: 107390001 AETL Job 1'1umber Sub~i t ted Project Name: Linda Lane Storm Drain 67595 11/26/2012 Method: 200.7, Total Selenium Client NINY02 QC Batch No: 1127122C6; Dup or Spiked Sample: 67672.01; LCS: Clean Water; QC Prepared: 11/27/2012; QC Analyzed: 11/30/2012; Units: mg/L Analytes Selenium Sample Result o.oo ·--··---·-·-· MS Concen 1.00 MS MS Recov %REC i i 0.905 90.5: ···--···--·---·--·· r-----·--·------.-----·-···--------------------- MSDUP MSDUP MSDUP RPO Concen Recov %REC % 1.00 0.922 92.2 1.9 QC Batch No: 1127122C6; Dup or Spiked Sample: 67672.01; LCS: Clean Water; QC Prepared: 11/27/2012; QC Analyzed: 11/30/2012; • Units: mg/L LCS LCS LCS Analytes Concen Recov % REC Selenium 1.00 0.927 92.7 Ordered By Ninyo 8t Moore 5710RtiffiriR.oad San Diego, CA92123- American Environ1nental 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 I LindaLane Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 6 Project ID: 107390001 AETL Job Numb.er Submitted Project Name: Linda Lane Storm Drain 67595 11/26/2012 Method: 300.0, Determination oflnorganic Anion in water by IC Client NINY02 QC Batch No: 112812-1; Dup or Spiked Sample: 67696.01; LCS: Clean Water; LCS Prepared: 11/28/2012; LCS Analyzed: 11/28/2012; Units: mg/L ---·-·------.. -·•--·--·· -·-· ----·~-----·--· .. -----,-------·--·---·--··-----•-·----------···-··----------·- LCS LCS LCS LCS DUP: LCS DUP LCSDUP LCSRPD LCS/LCSD LCSRPD Ar.ta1~ '. Concen Recov %REC Concen 1 Recov %REC %REC % Limit % Limit Nitrate as Nitrogen 2.00 2.04 102 2.00 i 2.04 102 <1 80-120 <20 Nitrite as Nitrogen 2.00 2.08 104 2.00 : 2.00 100 3.9 80-120 <20 Phosphorus (total} 0.200 0.185 92.5 0.200. 0.181 90.5 2.2 80-120 <20 Sulfate 20.0 20.0 100 20.0 i 19.7 98.5 1.5 80-120 <20 0 Ordered By Ninyo &Mpore, 5710 iiiffirl Road San Diegci~· CA' 92123- American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • OOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com QUALITY CONTROL RESULTS Site I LindaLane Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 7 Project ID: 101390001 ABTL Job Number ~tted Project Name: Linda Lane Storm Drain 67595 11/26/2012 Method: 350.3, Ammonia as N, Potentiometric, ISE (EPA/600/4-79-020) Client NINY02 QC Batch No: 112812-1; Dup or Spiked Sample: 67661.01; LCS: Clean Water; QC Prepared: 11/28/2012; QC Analyzed: 11/28/2012; Units: mg/L --·-----------·--------·-----.------··-------------··----------···---·--------.,-----------········-· -----------___ _. __________ ----~---···----- Sample MS MS MS MSDUP MSDUP MSDUP RPO MS/MSD MSRPD Analytes Result Concen Recov %REC Concen Recov %REC % % Limit % Limit Ammonia as Nitrogen o.oo 0.500 0.535 107 0.500 0.540 108 <l 80-120 <15 QC Batch No: 112812-1; Dup or Spiked Sample: 67661.01; LCS: Clean Water; QC Prepared: 11/28/2012; QC Analyzed: 11/28/2012; Units: mg/L LCS LCS LCS LCS/LCSD Anatytes Concen Recov %REC % umit I 0.500 0.520 104 80-1201 ---------· ---------·--·---- Ordered By Ninyo & Moore 5710 Iluffiri Road · SanDiego,.CA 92123- American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • OOHS NO: 1541. LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 www.aetlab.com QUALITY CONTROL RESULTS Site I Linda Lane Carlsbad, CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 8 Project ID: 107390001 AETL Job Number Submit'ted Client Project Name: Linda Lane Storm Drain 67595 11/26/2012 NINY02 Method: 351.3, Nitrogen, Kjeldahl (EPA/600/4-79/020) QC Batch No: 112812-1; Dup or Spiked Sample: B112812; LCS: Clean Water; QC Prepared: 11/28/2012; QC Analyzed: 11/28/2012; Units: mg/L --·-----~· ----·-----· -·---·-·----··-··""---------•----'"---··-~-., _______ ------------------~----· -·· ---"'·--~------· --~--- Sample MS MS MS MSDUP MSDUP MSDUP RPO MS/MSD MSRPD Anatytes Result Concen Recov %REC i Concen Recov %REC % %Limit % Limit Nitrogen, Total Kjeldahl 0.00 0.500 0.515X 103 ) 0.500 0.520X 104 <l 80-120 <15 QC Batch No: 112812-1; Dup or Spiked Sample: B112812; LCS: Clean Water; QC Prepared: 11/28/2012; QC Analyzed: 11/28/2012; Units: mg/L SM SMDUP RPO SMRPD ,-" Anatytes -..,._.1 t-------------+---t----+----+-----+---+-----+----+---1-----4--------1 Result Result % %Limit I ; Nitrogen, Total Kjeldahl I ------------~------------------------·-· --···-···-----··---·--· ---~----·----~--~---__J 0.327 0.323 1.2 <15 I ----------· -·-....______---~----------~-·------------ Ordered By Ninyo 8{. "fylqore 5710 Rtiffih_R.qad American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • OOHS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com QUALITY CONTROL RESULTS Site San Diego. C}\92123- Telephone: (858)576-1000 Attn: Frank Moreland Page: 9 Project ID: 107390001 AETL Job .~er. Submitted Project Name: Linda Lane Storm Drain 67595 11/26/2012 Method: 360.2, Oxygen, Dissolved, Modified Winkler Full Bottle Technique QC Batch No: 112712-1; Dup or Spiked Sample: 67696.01; Units: mg/L SM SMDUP RPO SM RPD i Analytes Result Result % % Limit i Oxygen 6.31 6.21 1.6 <15 Client NINY02 Ordered By Ninyo BiMoore 5710 Ruffin Road . SanDiego, CA92123- American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street Burbank, CA 91504 • OOHS NO: 1541, LACSD NO: 1018 l Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com QUALITY CONTROL RESULTS Site I Linda Lane· Carlsbad., CA Telephone: (858)576-1000 Attn: Frank Moreland Page: 10 Project ID: 107390001 AETL Job Numl:>e:t Submit.ted Project Name: Linda Lane Storm Drain 67595 11/26/2012 Method: 405.1, Biochemical Oxygen Demand, 5 days, 20C (EPA/600/4-79-020) client NINY02 QC Batch No: 112812-1; Dup or Spiked Sample: 67696.01; LCS: Clean Water; LCS Prepared: 11/28/2012; LCS Analyzed: 12/03/2012; Units: mg/L -·--,.....------·-----·--·-· --"-·--.. ··-···•-~-----.-----------------------·-·-~-----· ---· ------------~--------~ SM SMDUP RPO SM RPO LCS LCS LCS LCS/LCSD Aniilft" Result Result % % Limit i Concen Recov %REC % Limit Biochemical Oxygen Demand (BOD) ND ND <1 <15 198 184 92.9 80-120 Data Qualifier: #: *· B: D: E: H: J: M: MCL: NS: S6: S8: X: Defmition: %Loni: %REC: Con.L: Conce: LCS: MDL: American Environmental Testing Laboratory Inc. 2834 & 2908 North Naomi Street, Burbank, CA 91504 • DOI-IS NO: 1541, LACSD NO: 10181 Tel: (888) 288-AETL • (818) 845-8200 • Fax: (818) 845-8840 • www.aetlab.com Data Qualifiers and Descriptors Recovery is not within acceptable control limits. In the QC section, sample results have been taken directly from the ICP reading. No preparation factor ha:; been applied. Analyte was present in the Method Blank. Result is from a diluted analysis. Result is beyond calibration limits and is estimated. Analysis was performed over the allowed holding time due to circumstances which were beyond laboratory control. Analyte was detected . However, the analyte concentration is an estimated value, which is between the Method Detection Limit (MDL) and the Practical Quantitation Limit (PQL). Matrix spike recovery is outside control limits due to matrix interference. Laboratory Control Sample recovery was acceptable. Maximum Contaminant Level No Standard Available Surrogate recovery is outside control limits due to matrix interference. The analysis of the sample required a dilution such that the smrogate concentration was diluted below the method acceptance criteria. Results represent LCS and LCSD data. Percent acceptable limits. Percent recovery. Acceptable Control Limits Added concentration to the sample. Laboratory Control Sample Method Detection LiJnit is a statisticalJy derived number which is specific for each instrument, each method, and each compound. It indicates a distinctively detect!lble quantity with 99% probability. MS: MSDU: ND: PQL: Recov: RPD: 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 Data Qualifiers and Descriptors Matrix Spike Matrix Spike Duplicate Analyte was not detected in the sample at or above MDL. Practical Quantitation Limit or ML (Minimum Level as per RWQCB) is the minimwn concentration that can be quantified with more than 99% confidence. Taking into account all aspects of the entire analytical instruJllentation and practice. R:ecovered concentration in the sample. Relative Percent Difference Appendix L Storm Drain Inlet Stencil 12" NOTES: 1. STENCIL SHALL 8£ STAINLESS STEEL ASTM B127 MONEL OR EQUAL. 2. WHITE PAINT SHALL 8£ NON-WATER BASE STRIPING PAINT APPLIED 15 MILS ~T FILM THICKNESS. J. OWNERSHIP OF STENCIL SHALL BE TRANSFERRED TO THE CITY AT THE £ND OF THE JOB. (-) PAINT COLOR: WHITE STENCIL BY: PIPELINE PRODUCTS SAN MARCOS, CA. PH: 1-800-998-1079 STENCIL TYPE '~" FOR USE ON STANDARD SIZE BOX EN() I) U M 1=> I NG _n" ►I 10 r·- 4" --( -1 ~~-~ I) I~ J.\ I N S T () ()CE J.\ N I ' \ J -----------24"------------..i 6" NOTES: 1. STENCIL SHAU BE STAINLESS STEEL AS1M 8127 MONEL OR EQUAL. 2. WHITE PAINT SHALL BE NON-WATER BASE STRIPING PAINT APPLIED 15 MILS ~T FILM THICKNESS. J. OWNERSHIP OF STENCIL SHALL BE TRANSFERRED TO THE CITY AT THE END OF THE JOB. PAINT COLOR: WHITE STENCIL BY: PIPELINE PRODUCTS SAN MARCOS, CA. PH: 1-800-998-1079 STENCIL TYPE "B" FOR USE WITH SMALL BOX INLETS OR ON 6" CURB ENC) I) U M I:> I NG 1 I) l~J-\1 NS TC) C) C EJ-\N ~----------24"-----------~ Appendix M Tier 1 Stormwater Pollution Prevention Plan (") ~ «~~ ~ CITY OF CARLSBAD STORM WATER COMPLIANCE FORM TIER 1 CONSTRUCTION SWPPP E-29 STORM WATER COMPLIANCE CERTIFICATE ✓ My project is not in a category of permit types exempt from the Construction SWPPP requirements ✓ My project is not located inside or within 200 feet of an environmentally sensitive area with a significant potential for contributing pollutants to nearby receiving waters by way of storm water runoff or non-storm water discharge(s). ✓ My project does not require a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 of the Carlsbad Municipal Code) ✓ My project will not result in 2,500 square feet or more of soils disturbance including any associated construction staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas that meets one or more of the additional following criteria: • located within 200 feet of an environmentally sensitive area or the Pacific Ocean; and/or, • disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; and/or • disturbed area is located· along or within 30 feet of a storm drain inlet, an open drainage channel or watercourse; and/or • construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). I CERTIFY TO THE BEST OF MY KNOWLEDGE THAT ALL OF THE ABOVE CHECKED STATEMENTS ARE TRUE AND CORRECT. I AM SUBMITTING FOR CITY APPROVAL A TIER 1 CONSTRUCTION SWPPP PREPARED IN ACCORDANCE WITH THE REQUIREMENTS OF CITY STANDARDS. I UNDERSTAND AND ACKNOWLEDGE THAT I MUST: {1) IMPLEMENT BEST MANAGEMENT PRACTICES (BMPS) DURING CONSTRUCTION ACTIVITIES TO THE MAXIMUM EXTENT PRACTICABLE TO MINIMIZE THE MOBILIZATION OF POLLUTANTS SUCH AS SEDIMENT AND TO MINIMIZE THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND, (2) ADHERE TO, AND AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 1 CONSTRUCTION SWPPP THROUGHOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. OWNER(S)/OWNER'S AGENT NAME (PRINT) OWNER(S)/OWNER'S AGENT NAME (SIGNATURE) DATE E-29 STORM WATER POLLUTION PREVENTION NOTES 1. ALL NECESSARY EQUIPMENT AND MATERIALS SHALL BE AVAILABLE ON SITE TO FACILITATE RAPID INSTALLATION OF EROSION AND SEDIMENT CONTROL BMPS WHEN RAIN IS EMINENT. 2. THE OWNER/CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY ENGINEER AFTER EACH RUN-OFF PRODUCING RAINFALL. 3. THE OWNER/CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEERING OR BUILDING INSPECTOR DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 4. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE {5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT (40%). SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 5. ALL GRAVEL BAGS SHALL BE BURLAP TYPE WITH 3/4 INCH MINIMUM AGGREGATE. 6. ADEQUATE EROSION AND SEDIMENT CONTROL AND PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED. SPECIAL NOTES Page 1 of3 Development Services Land Development Engineering 1635 Faraday Avenue 760-602-2750 www.carlsbadca.gov PROJECT INFORMATION Site Address: ___________ _ Assessor's Parcel Number: ______ _ Project ID: ____________ _ Construction Permit No.: _______ _ Estimated Construction Start Date ____ _ Project Duration _____ Months Emergency Contact: Name: _____________ _ 24 hour Phone: ___________ _ Perceived Threat to Storm Water Quality 0 Medium 0 Low If medium box is checked, must attach a site plan sheet showing proposed work area and location of proposed structural BMPs For City Use Only CITY OF CARLSBAD STANDARD TIER 1 SWPPP Approved By: ________ _ Date: _________ _ REV 4/30/10 Erosion Control Tracking Non-Storm Water Waste Management and Materials BMPs Sediment Control BMPs Control Management BMPs Pollution Control BMPs BMPs C: § C: c: c: 'C 0 i Q) 'C Q) ~ :;::;, C: -~ E C: ~ 'C u; C: I Ill 0 Cl a. Ill C: iii e :i:, 'C 'E Ill 2 :ii ~I Cl ... ~ ~ ~ C: ·5 2:-Cl u; * Best Management Practice Cl a. &! C: (I) ·c: 'E O" Q) Ill C: ~ = ! Ill I 'ii 'E ol UJ .2: C: ~ olS .; !!! -ill (!) Q) Q) Ill ~ (BMP) Description ➔ u; !fl Cl) ~ E l t~ ~ C: () Cl 'C I 'C Q) u; :ii Q) gj ~ .9! ~ I 'ii! § C: C: C: 0 :::, ~ iii ::, ~& i: ~ 11 I ia' 8 Ill ~ .9! .S! i :ii 0 ~ en E ! Ot3 Ill .9! iJ ai ii ~ 0 i 0 Ill i if i 1 Ii :ai .m· g> .c .9! ·:= ·c: ·a 'E ~ ~ i'~ .... -g !! :c 1q .S! i :!2 co i i c'3~ 'i co N C: ~ .r:. &'! <75 r ~ 0 co 0 ~-0 (!) UJO i:i5 Cl) () u:: (!) en> Cl) 0. 0. (. 0. ~I :ii Cl) () CASQA Designation ➔ r-co 0) ... ... ~ ~ :z '9 ~ l 0 ... N ~ (') di ;z .... i C"l ..,. ll) '9 co u u u ... w ... a: ~ ch f f f u w w ~ I I Construction Activity w w UJ UJ Cl) Cl) (/) Cl) Cl) Cl) Cl) Cl) ~ z z z z Gradina/Soil Disturbance Trenchina/Excavation Stoekpilino Drillina/Borina Concrete/Asphalt Saw cuttina Concrete flatwork Pavina Conduit/Pioe Installation Stucco/Mortar Work Waste Dis00sal Staaina/Lav Down Area Equipment Maintenance and Fuelina Hazardous Substance Use/Storaae Dewaterina Site Access Across Dirt Other (list}: lnstructjons: Begin by reviewing the list of construction activities and checking the box to the left of any activity that will occur during the proposed construction. Add any other activity descriptions in the blank activity description boxes provided for that purpose and place a check in the box immediately to the left of the added activity description. For each activity descrribed, pick one or more best management practices (BMPs) from the list located along the top of the form. Then place an X in the box at the place where the activity row intersects with the BMP column. Do this for each activity that was checked off and for each of the selected BMPs selected from the list For Example -If the project includes site access across dirt, then check the box to the left of "Site Access Across Dirt". Then review the list for something that applies such as "Stabilized Construction Ingress/Egress• under Tracking Control. Follow along the "Site Access Across Dirt" row until you get to the "Stabilized Construction Ingress/Egress• column and place an X in the box where the two meet. As another example say the project included a stockpile that you intend to cover with a plastic sheet. Since plastic sheeting is not on the list of BMPs, then write in "Cover with Plastic" in the blank column under the heading Erosion Control BMPs. Then place an X in the box where the "Stockpiling" row intersects the new "Cover with Plastic" column. To learn more about what each BMP description means, you may wish to review the BMP Reference Handout orepared to assist applicants in the selection of appropriate Best Management Practice measures. The reference also explains the California Stormwater Quality Association (CASQA) designation and how to apply the various selected BMPs to a project E-29 l) Oge2of3 ,)v 4130110 N s Scale of map E-29 Site Map Features displayed on the map must include: • An outline of the entire property • Location and brief description of construction activity areas (e.g. grading, building, trenching, fueling areas, waste container area, wash racks, hazardous material storage areas, etc.) • Location and flow direction arrows for existing drainage facilities (ditches, channels, inlets, storm drains, etc.) • Location of existing storm water BMP controls (sediment basins, oil/ water separators, sumps, etc.) • Location of proposed storm water BMP controls with brief description or legend reference Page 3 of3 Legend REV 4/30/10