Loading...
HomeMy WebLinkAboutTC Construction Company Inc; 2008-08-25; PWS08-36ENGif RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2010-0153691 I IIIIIIII Ill IIIII IIlll lllll lllll lllll lllll lllll lllll lllll IIIII IIII IIII MAR 29,201 0 355 PM OFFICIAL RECORDS SAN CllEGO COUNTY RECORDER'S OFFICE DAVID L BUTLER COUNT'i RECORDER FEES 0 00 PAGES: I Space above this line for Recorder's use. PARCEL NO: NIA 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 March 3, 2010. 6. The name of the contractor for such work or improvement is TC Construction Company. 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: El Camino Real 24-inch Transmission Main, Flow Control Station, Widening North of Cougar Drive, and Median Improvements, Project Nos. 3843, 3920, & 3920-A. 8. The street address of said property is in the City of Carlsbad. ClTY OF CARLSBAD Robert T. Johnson, Jr. gL City Engineer (rdnrod /jamman /ir~ns~nh~1~n Blre* VERIFICATION OF ClTY 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 rY)m 23 , 201, 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 2C/ , 20/0. at Carlsbad, California. DOC # 201 0-01 53690 Record~ng requested by CITY OF CARLSBAD When recorded mall to City Clerk City of Carlsbad 1200 Carlsbad Villaae Dr I1111111I Ill lllll lllll1111111111 IIIII IIIII IIIII 1111l1111lI1l IIII IIII MAR 29,201 0 355 PM OFFICIAL RECORDS SAN CJIEC~O CCILNTY RECORDER'S OFF1:E DAVID L BUTLER COUFITI'RECI3RDER FEES U 00 PAGES: 1 Carlsbad, CA 92008 ) Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 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 March 3, 2010. 6. The name of the contractor for such work of improvement is TC Construction Company. Inc. 7. The property on which the work of improvement was completed is in the City of Carlsbad. County of San Diego, State of California, and is described as El Camino Real 24-inch Transmission Main, Flow Control Station, Widening North of Cougar Drive, and Median Improvements, Project Nos. 3843, 3920, & 3920-A. CARLSBAD MUNlClP WATER DISTRICT & GLENN PRUlM Public Works Director VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District. 1200 Carlsbad Village Drive. Carlsbad. California. 92009. The Executive Board of said District on -MWI ~3 , 2010, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the forego~ng 1s true and correct Executed on ~C~ALA 2 '/ , 2010, at Carlsbad, Callforn~a CARLSBAD MUNICIPAL WATER DISTRICT AB 20,166 Re50 1390 CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL AND SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A BID NO. PWS08-36ENG BOOK ONE TABLE OF CONTENTS Item Page Notice Inviting Bids 8 Contractor's Proposal 12 Bid Security Form 28 Bidder's Bond to Accompany Proposal 29 Guide for Completing the "Designation Of Subcontractors" Form 31 Designation of Subcontractor and Amount of Subcontractor's Bid Items 33 Bidder's Statement of Technical Ability and Experience 34 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 35 Bidder's Statement of Re Debarment 36 Bidder's Disclosure of Discipline Record 37 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 39 Contract Public Works 40 Labor and Materials Bond 46 Faithful Performance/Warranty Bond 48 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 50 oRevised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 2 of 181 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 53 1-2 Definitions 54 1-3 Abbreviations 58 1-4 Units of Measure 61 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 63 2-2 Assignment 63 2-3 Subcontracts 63 2-4 Contract Bonds 64 2-5 Plans and Specifications 65 2-6 Workto be Done 69 2-7 Subsurface Data 69 2-8 Right-of-Way 69 2-9 Surveying 69 2-10 Authority of Board and Engineer 73 2-11 Inspection 74 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 74 3-2 Changes Initiated by the Agency 74 3-3 Extra Work 75 3-4 Changed Conditions 78 3-5 Disputed Work 79 Section 4 Control of Materials 4-1 Materials and Workmanship 82 4-2 Materials Transportation, Handling and Storage 86 Section 5 Utilities 5-1 Location 86 5-2 Protection 87 5-3 Removal 87 5-4 Relocation 87 5-5 Delays 88 5-6 Cooperation 88 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 89 6-2 Prosecution of Work 89 6-3 Suspension of Work 91 6-4 Default by Contractor 91 6-5 Termination of Contract 92 6-6 Delays and Extensions of Time 92 6-7 Time of Completion 93 6-8 Completion, Acceptance, and Warranty 94 6-9 Liquidated Damages 94 6-10 Use of Improvement During Construction 94 6-11 Mitigation Measures for Widening North of Cougar Drive 95 oRevised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 3 of 181 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 95 7-2 Labor 95 7-3 Liability Insurance 96 7-4 Workers' Compensation Insurance 96 7-5 Permits 96 7-6 The Contractor's Representative 96 7-7 Cooperation and Collateral Work 97 7-8 Project Site Maintenance 97 7-9 Protection and Restoration of Existing Improvements 99 7-10 Public Convenience and Safety 99 7-11 Patent Fees or Royalties 106 7-12 Advertising 106 7-13 Lawsto be Observed 106 7-14 Antitrust Claims 106 Section 8 Facilities for Agency Personnel 8-1 General 107 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 107 9-2 Lump Sum Work 107 9-3 Payment 107 A*¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 4 of 181 Pages SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 4 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products 118 200-2 Untreated Base Materials 119 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete 120 201-3 Expansion Joint Filler and Joint Sealants 122 Section 203 Bituminous Materials 203-1 Paving Asphalt 123 203-6 Asphalt Concrete 125 203-7 Recycled Asphalt Concrete - Hot Mixed 126 203-11 Asphalt Rubber Hot Mix (ARHM) Wet Process 127 203-13 Asphalt Pavement Crack Sealants 127 Section 204 Lumber and Treatment with Preservatives 204-1 Lumberand Plywood 128 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 129 206-8 Light Gage Steel Tubing and Connectors 131 206-9 Portable Changeable Message Sign 133 Section 207 Pipe 207-25 Underground Utility Marking Tape 134 Section 210 Paint and Protective Coatings 210-1 Paint 135 210-3 Galvanizing 136 Section 211 Soils and Aggregate Tests 211-3 Agronomic Soils Test 137 Section 212 Landscape and Irrigation Materials 212-1 Landscape Materials 137 212-2 Irrigation System Materials 143 212-3 Electrical Materials 147 Section 213 Engineering Fabrics 213-2 Geotextiles 148 213-3 Erosion Control Specialties 149 Section 214 Pavement Markers 214-5 Reflective Pavement Markers 149 Section 216 Storm Drain Marker 216-1 Storm Drain Marker 150 oRevised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 5 of 181 Pages Part3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 151 300-2 Unclassified Excavation 152 300-9 Geotextiles for Erosion Control 154 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation 155 Section 302 Roadway Surfacing 302-4 Emulsion-Aggregate Slurry 155 302-5 Asphalt Concrete Pavement 157 302-11 Asphalt Pavement Repairs and Remediation 159 Section 303 Concrete and Masonry Construction. 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 161 Section 304 Metal Fabrication and Construction 304-3 Chain Link Fence 161 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 162 306-5 Abandonment of Conduits and Structures 166 306-9 Relocate Air-Vacuum Valve Assembly 166 Section 308 Landscape and irrigation Installation 308-1 General 167 308-2 Earthwork and Topsoil Placement 168 308-4 Planting 170 308-5 Irrigation System Installation 171 308-6 Maintenance and Plant Establishment 172 308-7 Guarantee 173 308-8 Measurement and Payment 175 Section 310 Painting 310-5 Painting Various Surfaces 176 310-7 Permanent Signing 177 Section 312 Pavement Marker Placement and Removal 312-1 Placement 177 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers 178 313-2 Temporary Traffic Signing 179 313-3 Temporary Railing (Type K) and Crash Cushions 179 313-4 Measurement and Payment 180 Section 400 Alternate Rock Products, Asphalt Concrete, Portland Cement Concrete and Untreated Base Material 400-4 Asphalt Concrete 181 Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 6 of 181 Pages TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01700 Contract Closeout DIVISION 02 - SITE WORK 02050 Vault Abandonment 02085 Precast Concrete Utility Vaults 02200 Site Preparation 02302 Earthwork for Pipelines and Vault 02372 Storm Water Pollution Prevention Plan 02510 Water System Piping and Accessories DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07136 Modified Bituminous Sheet Membrane Waterproofing 07190 Water Repellent Sealer DIVISION 09 - FINISHES 09960 Protective Coatings DIVISION 16 - ELECTRICAL 16000 Electrical Work DIVISION 17 - INSTRUMENTATION AND CONTROL 17000 Instrumentation and Controls, General Requirements 17000A Programmable Logic Control Strategies APPENDICIES APPENDIX "A" DOORHANGER APPENDIX "B" SDG&E SPECIFICATIONS APPENDIX "C" AT&T SPECIFICATIONS (FORMERLY SBC) APPENDIX "D" TESTHOLE DATA APPENDIX "E" GEOTECHNICAL REPORT APPENDIX "F" TRAFFIC CONTROL NOTES AND SIGNING AND STRIPING PLAN NOTES APPENDIX "G" EL CAMINO REAL STRIPING PLAN APPENDIX "H" STANDARD ANTENNAE BASE DRAWING APPENDIX "I" CARLSBAD MUNICIPAL WATER DISTRICT STANDARD DRAWINGS APPENDIX "J" STORM DRAIN MARKER APPENDIX "K" POTABLE AND RECLAIMED WATER METER FEES APPENDIX "L" RIGHT OF ENTRY FORM APPENDIX "M" MITIGATION MEASURES FOR SUP 06-15 AND PALEONTOLOGICAL RESOURCE ASSESSMENT Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 7 of 181 Pages CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON JUNE 25, 2008, the Carlsbad Municipal Water District (District) shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The construction of approximately 2,000 linear feet of 24-inch ductile iron pipeline; 100 linear feet of 16-inch ductile iron pipeline; a flow control station; widening of El Camino Real North of Cougar Drive with the addition of one traveled lane, completion of sidewalk, and slope grading; lengthening of left- turn lane through median improvements, pavement repair; approximately 10,300 square yards of asphalt rubber hot mix (ARHM) overlay, pavement striping; landscaping; and, traffic control on El Camino Real. EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A BID NO. PWS08-36ENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100, 000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the Carlsbad Municipal Water District on file with the Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Sections 2 & 3, current edition at the time of bidding, and supplements thereto or published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC" as issued by Public Works Standards, Inc., as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1 ) to the SSPWC do not apply. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 8 of 183 Pages The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $1,514,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A-General Engineering ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 9 of 183 Pages 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 $30.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the District's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. MANDATORY PRE BID MEETING A mandatory pre-bid meeting and tour of the project site will be held at 10:00 AM, Thursday, June 5, 2008 at the Carlsbad Municipal Water District Board Room, 5950 El Camino Real, Carlsbad, CA 92008, (760) 438-2722. 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. Am¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 10 of 183 Pages ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover 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 District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. 1320, adopted on the 6™ day of May, 2008. May 20, 2008 Date Deputy Secretary Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 11 of 183 Pages CARLSBAD MUNICIPAL WATER DISTRICT EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract Nos. 3843, 3920, & 3920-A in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE 1: SHARED IMPROVEMENTS Item No. Description 1 Approximate Quantity and Unit Mobilization and preparatory work at a lump sum amount at TV* 005 ftPQ Dollars (Lump Sum Price in Words) 2 Water pollution control plan at LS Dollars (Lump Sum Price in Words) All other work to complete project at LS Dollars (Lump Sum Price in Words) Total amount of bid for Schedule 1 in words: Unit Price (Figures) LS $ 20,000. $ $ 2gQOQ. > Do Total Amount (Figures) $ (o Total amount, of bid for Schedule 1 in numbers: $ (pv)f OOy Price(s) given above are firm for 90 days after date of bid opening. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 12 of 181 Pages SCHEDULE 2: PIPELINE IMPROVEMENTS Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures! (Figures) 2-1 Provide excavation safety LS $ 3,75D. $ 1S 75fr measures at TUlUEfe Dollars (Lump Sum Price in Words) 2-2 24-inch ductile iron pipeline at 2,000 LF $ 240. " $ 460^ QOQ "" TWo UvJr"Qt€jg j\?(\Jiv Dollars per Linear Foot (Price in Words) 2-3 16-inch ductile iron pipeline at 43 LF $_ Dollars per Linear Foot (Price in Words) 2-4 24-inch butterfly valves at 6 EA $_ Dollars Each (Price in Words) 2-5 16-inch gate valves at 2 EA $_ Dollars Each Contract Mo. 3843, 3920, 3920-A Addendum No. 4 Dollars Each (Price in Words) 2-6 Flow control valve vault LS $ M f.^uu.y'^ installed including telephone service and electric meter and electric service at Dollars (Lump Sum Price in Words) 2-7 2-inch blow off/manual air 6 EA $ 2|5X)O. $ 2^ QPQ release assemblies at Approximate Item Quantity Unit Price Total Amount No, Description and Unit (Figures) (Figures) (Price in Words) 2-8 8-inch ductile iron pipeline and LS $ (*>fOQQ. 8-inch gate valve (STA 16+66=/-) at PtM€T Dollars (Lump Sum Price in Words) Contract No. 3843, 3920, 3920-A 10 Addendum No. 4 Dollars (Lump Sum Price in Words) 2-9 2-inch air release/air vacuum 3 EA $ T, T^ . $ 'Tj 100."" valve assemblies at Dollars Each (Price in Words) 2-10 Perform exploratory LS $ 7t 5"00."" $ 7. SOU.— excavation at underground utility crossings and points of connection at Dollars (Lump Sum Price in Words) 2-11 Furnish, install, maintain and LS $ I ?, S"0. $_ remove traffic control at Dollars (Lump Sum Price in Words) 2-12 Furnish, install, maintain and LS $ 53, 3^0. $ $3. £)UU. " remove Bypass system at Cougar at Item Ho. Description 2-13 2-wire Test Station with anodes per w-26 to w-32 (Appendix "1") at Approximate Quantity Unit Price and Unit JfJSiyres) LS $ Dollars (Lump Sum Price in Words) 2-14 8-inch Ductile Iron Pipe Connection at LS Total Amount (Figures) S 13.500." s 13/Stt). Dollars (Lump Sum Price in Words) 2-1 5 1 2-inch Ductile Iron Pipe Connection (Sta. 4+03} at Dollars (Lump Sum Price in Words) 2-16 12-Inch Ductile Iron Pipe Connection (Sta. 20+84) at Dollars (Lump Sum Price in Words) 2-17 27-inch Ductile Steel Pipe Connection (Sta. 3+76) at Dollars (Lump Sum Price in Words) Total amount of bid for Schedule 2 in words:> °!Xo Pi FT LS LS LS MvWQfl/FHrt Plpl> $ 2J.5DO. Total amount of bid for Schedule 2 in numbers: $' Price(s) given above are firm for 90 days after date of bid opening. Contract He. 3843, 3920, 3920-A Addendum No. 4 11 SCHEDULE 3 -ASPHALT OVERLAY Item No. Description 3-1 Asphalt rubber hot mix (ARHM) overlay at Approximate Quantity and Unit 1,700 TONS $ Unit Price Total $ 275 . 40D Dollars per Ton (Price in Words) 3-2 Full raise of manholes, valve and monument bases at Dollars Each (Price in Words) 3-3 Furnish, install, maintain and remove traffic control and traffic control plans at Dollars (Lump Sum Price in Words) 3-4 Final striping and pavement markings per Appendix "G" at Dollars (Lump Sum Price in Words) 3-5 Asphalt concrete cold milling 5-foot width at Dollars per Linear Foot (Price in Words) 3-6 Abandon existing valve vaults at Dollars (Lump Sum Price in Words) 28 EA LS LS LS $ 4*25 • $ 2,600 LF $_ Contract No, 3843, 3920, 3920-A Addendum No. 3 Item No, Description 3-7 3-inch Grind and Patch at Dollars per Linear Foot (Price in Words) Approximate Quantity and Unit 19,100 SF $_ Unit Price OO Dollars per Square Foot (Price in Words) 3-8 Cold Milling 20' Width at 310 LF $&05 Dollars per Linear Foot (Price in Words) 3-9 Cold Milling 10'Width at 40 LF $ Total $ 57.JQQ. $ .2,430. $ JU Total amount of bid for Schedule 3 in words: TUK£fer Tx1V-R</«e Total amount of bid for Schedule 3 in numbers: $ 3k 5". 19*.- _ Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. Contract No. 3843, 3920, 3920-A Addendum No. 3 SCHEDULE 4 - CONCRETE WORK FOR DRAWING NO. 406-1 Approximate Item Quantity Unit No. Description andUni!: Price Total 4-1 Remove/Replace PCC 1 EA $ 4, 25U ~ Driveway per SDRSD G-14A Driveway Curb Opening 26' (Includes Sidewalk, Curb and Gutter) at Fcui Dollars Each (Price in Words) ^ <£f7O ; lQ- " 10" i4-2 Remove/Replace 4" PCC 567 SF Sidewalk at / Dollars per Square Foot (Price in Words) 4-3 Remove/Replace Type G 333 LF $ 4Q. Curb and Gutter per SDRSD G-2 at Dollars per Linear Foot (Price rn Words) 4-4 Furnish, install, maintain and LS $ , $ remove traffic control and traffic control plans at TV/O Dollars (Lump Sum Price in Words) Total amount of bid for Schedule 4 in words: TV^dMTV Pt\A£ TUoJ/ftKJ> Total amount ofbid for Schedule 4 in numbers:$ zs, 740. ~ Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. Contract No, 3843, 3920, 3920-A 7 Addendum No, 3 SCHEDULE 5 - WIDENING NORTH OF COUGAR DRIVE Item No. Description 5-1 Traffic Control at Approximate Quantity and Unit 1 L.S Unit Price Dollars (Lump Sum Price in Words) 5-2 Clearing and Grubbing at R<fe 1LS $ 5, Dollars (Lump Sum Price in Words) 5-3 Unclassified Excavation at 635 CY s 3o. Dollars per Cubic Yard (Price in Words) 5-4 Crushed Aggregate Base at 212 TONS $_ Dollar^ per TorT (Price in Words) 5-5 Asphalt Concrete Pavement at 74 TONS $.270: Dollars per Ton (Price in Words) 5-6 Adjust Water Valve to Grade perCMIWDW13at 2EA 350; Dollars Each (Price in Words) 5-7 6" Type "G" Curb & Gutter per SDRSD G-2 at 123 LF $3o. Dollars per Linear Foot (Price in Words) Total $ 13.030, $ 100.' Contract No. 3843, 3920, 3920-A Addendum No. 4 12 Item No. Description Approximate Quantity and Unit Unit Price Total 5-8 4" Thick PCC Sidewalk per SDRSD G-7 at 5-9 Dollars per Square Foot (Price in Words) Chain Link Fence per SDRSD M-6 and Gate per SDRSD M-5 at Dollars per Linear Foot (Price in Words) 5-10 12" PVC Drainage Pipe (SDR 35) at Dollars per Linear foot (Price in Words) 5-11 Catch Basin Type G-1 per SDRSD D-8 with Thermoplastic Marker at Dollars Each (Price in Words) 5-12 1" Water Service Connection For 5/8 "Meter per CMWD W3 and Water Meter at Dollars Each (Price in Words) 5-13 Remove existing and install New Air-Vacuum Valve Assembly per CMWD W7-A at Dollars Each (Price in Words) 748 SF 102 LF 7 LF 1 EA 2 EA 3*2. ~ \3S. EA $ 2/7 0*>.$ 4 ^00.^ Contract No. 3843, 3920, 3920-A Addendum No. 4 13 Approximate Item Quantity Unit No. Description and Unit Price 5-14 Retaining Walt & Pad for 1 LS $ 4, 4SD_ r $ -4, Air Vacuum Valves at Dollars (Lump Sum Price in Words) Dollars (Lump Sum Price in Words) 5-16 Irrigation System -City of 1 LS Carlsbad at Dollars (Lump Sum Price in Words) 5-19 Traffic Signing, Striping and 1 LS Pavement Markings at Uu tjy*Gy f^i pry Dollars (Lump Sum Price in Words) Total amount of bid for Schedule 5 in words: °^c- 4-^0n-g? 5-15 Landscaping at 1 LS $ '7.QM. ~ S I7,0fll Dollars (Lump Sum Price in Words) 5-17 Irrigation System - Private 1 LS $ Sj.TSQ," $ S", 7SD. ~ Residential at Dollars (Lump Sum Price in Words) 5-18 Irrigation System - Home 1 LS $ 5^ 5TK^ $ 5) 5PQ Owner's Association at Total amount of bid for Schedule 5 in numbers: $t ^" / / . Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. Contract No. 3843, 3920, 3920-A 14 Addendum No, 4 SCHEDULE 6 - MEDIAN IMPROVEMENTS <*• Item No. Description 6-1 Traffic Control at Approximate Quantity and Unit Dollars (Lump Sum Price in Words) 6-2 Clearing and Grubbing at LS Dollars (Lump Sum Price in Words) 6-3 Unclassified Excavation at Dollars per Cubic Yard (Price in Words) 6-4/ Crushed Aggregate Base at 249 TONS Dollars per Ton • (Price in Words) 6-6 6" Median Curb per City of Carlsbad GS-18at Dollars per Linear Foot (Price in Words) 6-7 4" Thick Colored Concrete at Dollars per Square Foot (Price in Words) Unit Price $ $ 200 CY $ $ 4-7 Dollars per Ton (Price in Words) 6-5 Asphalt Concrete Pavement at 114 TONS $_ 240 LF $ 1,600 SF $ Total 3 11,701- $_(I. $ $ 11,000 Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 22 of 181 Pages «M Approximate Item Quantity Unit No. Description and Unit Price Total 6-8 Traffic Striping and Pavement 1 LS $ J^OQ." $ 3,000 Markers at Dollars (Lump Sum Price in Words) 6-9 Landscape & Irrigation at 1 LS $ I T^O." $ 1 4l Dollars (Lump Sum Price in Words) 6-10 Begonia Replacement at 1 LS $ Z5t&. $ ?,, 500 - 1UOJ5 Dollars (Lump Sum Price in Words) Total amount of bid for Schedule 6 in words: feKUr Rife "?PoJ£c^ l4l*Jcr Total amount of bid for Schedule 6 in numbers: $ _ i • m Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work.«• Total amount of bid in words including Schedules "1", "2", "3", "4", "5", and "6": o r /• o/> /Total amount of bid in numbers including Schedules "1", "2", "3", "A", "5", and "6": $ {^£,2 j' The basis of award will be the sum of Schedules "1 ", "2", "3", "4", "5", and "6". Price(s) given above are firm for 90 days after date of bid opening. i (pT? , A 32 . °° Addendum(a) No(s). \)ff\lOiAi (O bas/have been received and 4e/are included in this proposal. Bid item summary descriptions are provided in Section 9-3.5 of the General Provisions for contractor's convenience. I OPENED, WITNESSED AND RE Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 23 of 181 Pages The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number ^fL£&£\ _ , classification A)Cr-3l\ _ which expires on Ar-?fc>'iCC0\ _ , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District § 7028. 15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ODts _ (Cash, Certified Chec Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1 , Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 24 of 181 Pages Check A License: Contractor's License Detail Page 1 of 1 License Number: Business Information: Entity: Issue Date: Expire Date: License Status: Classifications: Bonding: 402459 Extract Date: 06/25/2008 T C CONSTRUCTION COMPANY INC 10540 PROSPECT AVE SANTEE, CA 92071 Business Phone Number: (619) 448-4560 Corporation 04/07/1981 04/30/2009 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION C21 BUILDING MOVING, DEMOLITION A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number 9049830 in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) TERRY WILLIAM CAMERON 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. Effective Date: 04/07/1981 2. This license filed Bond of Qualifying Individual number 9032997 for AUSTIN ALEXANDER CAMERON in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/01/2007 BQI's Bonding History This license has workers compensation insurance with the OLD REPUBLIC GENERAL INSURANCE CORPORATION Policy Number: A1CW50110702 Effective Date: 11/01/2007 Expire Date: 11/01/2008 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Workers- Compensation: http://www2.cslb.ca.gov/General-Information/interactive-tools/check-a-lic... 06/25/2008 m m IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of propji^tor (3) Place of Business City and State. (4) Zip Code x^ Telephone No. (5) E-Mail _^ (Street and Number) IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Nate: Signature must be made by a general partner) (3) Place of Business City and State (4) Zip Code (5) E-Mail (Street and Number) .Telephone No. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 25 of 181 Pages IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted TO /2 — CO i (2)_ ^(Sigrfgiwfe) T A f~ (Title) Impress Corporate Seal here t (3) Incorporated under the laws of the State of U(XuTDVTUCL (4) Place of Business lOJMO PfD6Q(?£t' C\W. Sbcf! City and State oCUnTy££^ LA MeX-0"! I (5) Zip Code M^CH I Telephone No. lfllQ"4^T%- NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 26 of 181 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County Date personally appeared Name(s) of Signerfs) Notary FuMc - CaMomla . San OtoQO County f IflfMyComm. Exptw«Oct2«. 20U who proved to me on the basis of satisfactory evidence to be the person^ whose name(s£js$h>e subscribed to the within instrument and acknowledged to me that (JTe/s^te/lhsy executed the same ir^jk^ns^tftfe^authorized capacityftes^ and that byftiis^fe^rtsitsignaturelJ'S^on the instrument the personJS^ 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. Place Notary Seal Above WITNESS my hand and official seal. Signatun OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: n Individual _j Corporate Officer — Title(s): U Partner — LJ Limited L1 General G Attorney in Fact [_l Trustee Fl Guardian or Conservator C Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: _ Signer's Name: [I Individual , I Corporate Officer — Title(s): D Partner — D Limited L1 General D Attorney in Fact n Trustee D Guardian or Conservator n Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 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: oRevised 5/01/07 Contract Nos. 3843. 3920, & 3920-A Page 27 of 181 Pages construction xx3sci*.'i. tc construction company inc. 1054O prospect ave. santee. ca. 92071-4529 (619) 44B-456O fax [619) 258-9751 estimating/ purchasing fax C619)448-3341 state contractors license no. 4O2459 CORPORATE RESOLUTION (BOAD OF DIRECTORS) We, the undersigned Board of Directors for TC Construction Company, Inc. ("Corporation"), Hereby Certify that, the Corporation is organized and existing under and virtue of the laws of the State of California as a corporation for profit, with its principal office at 10540 Prospect Avenue, Santee CA 92071. We further certify that at a meeting of the Directors of the Corporation, duly called and held on August 18. 2008. at which a quorum was present and voting the following resolution was adopted. Be it resolved that Terry Cameron has been authorized as CEO, Steven P. Coker as President and Austin Cameron as Secretary to execute any and all contracts, change orders, documents, deeds or any other items required by the corporation. -EXECU-TED-at^ao-DJego This 18* day of August/ intyr-CaHfor-nia- Austin Cameron Derek Franken BID SECURITY FORM (Check to Accompany Bid) EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers cheoK payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($_J, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the District, provided this/proposal shall be accepted by the District through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance/Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his or her bid within the period orfifteen (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. Delete the/napplicable word. BIDDER (NOTt: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be exe/xited-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 28 of 181 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL * EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A KNOW ALL PERSONS BY THESE PRESENTS: That we, TC Construction Company, Inc. , as Principal, and Safeco Insurance Company of America . as Surety are held and firmly bound unto the Carlsbad Municipal Water District, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) of the total bid amount for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843. 3920, & 3920-APWS08-36ENG in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said District. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 29 of 181 Pages not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this £?4 day of _., 20 OK. PRINCIPAL: TC ConstructionyCompany, lncx (print name here) (sign here) (print name here) (title and organization of signatory) Executed by SURETY this 20th day of June , 20 08 . SURETY: Safeco Insurance Company of America (name of Surety) 120 Vantis. Aliso Viejo. CA 92656 (address of Surety) (949) 860-6000 (telephone number of Safety) By i ) WA. fr*j *•—J ' ^ ^ ~—=s= (signature of Attorney-in-Fact) Tara Bacon, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 30 of 181 Pages ACKNOWLEDGMENT State of California County of San Diego On June 20. 2008 before me, Maria Hallmark. Notary Public, personally appeared Tara Bacon, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her 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. MARIA HALLMARKCOMM. #1508244 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTYMy Commission Expires AUGUST 17, 2008 (Seal) \ n^i«ir-r-.POWER OF ATTORNEY Safeco Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 98185 KNOW ALL BY THESE PRESENTS:No 5528 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint **»***TARA BACON; DALE HARSHAW; BRADLEY R. ORR; GEOFFREY SHELTON; JOHN C. STARICH; San Diego, California****** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 31st dayof October 2007 STEPHANIE DALEY-WATSON.SECRETARY TIM MIKOLAJEWSKI. SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (') The provisions of Article V, Section 13 of the By-Laws, and O'i) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 20th dayof June 2008 S-0974/DS4/05 STEPHANIE DALEY-WATSON, SECRETARY Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California personally appeared Name(s) of Signer(s) tSMRKS Commteton # 1696962 Notary PuMc - Cotton*) San Diego County My Comm. Expire! Oct 28.2010 who proved to me on the basis of satisfactory evidence to be the persortts^hose nameli^jQs^l'a.subscribed to the in instrument and acknowledged to me that the same in(hjs/[fe<#n>air authorized and that by(^^ar^tr>ssii: signature"^ 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. Place Notary Seal Above WITNESS my hand and official seal. Signature'Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of ?n/s form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact H Trustee D Guardian or Conservator D Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D 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: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California • 1 Countvof^nPlQ^ J/ j~\i t lr-^ U—r-^s^/i personally appeared Son Diego CourKy f My Comm. Expires Oct2». 2010P•••••••»4 who proved to me on the basis oLsatisfactory evidence to be the persoft^s^whose narft^(j§/a'hs^subscribed to the within instrument and acknowledged to me that jTe^jfKi^tfifey. executed the same iru^h^tf^ authorized capacityfrfc^, and that by(Ng)h>&^theX signature^ on the instrument the personfs)*. or the entity upon behalf of which the persofit^^cted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signatun OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D 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 ©2007 National Notary Association- 9350 De Soto Ave., P.O.Box 2402 •Chatsworth, CA 91313-2402-www.NationalNotary.org Item #5907 Reorder:CallToll-Free 1-800-876-6827 Company Profile Page 1 of 2 Company Profile SAFECO INSURANCE COMPANY OF AMERICA SAFECO PLAZA SEATTLE, WA 98185-0001 800-332-3226 Former Names for Company Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 11-02-1953 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 24740 NAIC Group #: 0163 California Company ID #: 1442-3 Date authorized in California: October 07, 1953 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: WASHINGTON Lines of Insurance Authorized to Transact '"' company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. v. .- AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 06/25/2008 Company Profile Page 2 of 2 Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - May 07, 2008 02:35 PM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 06/25/2008 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. Landscaping shall be designated as a specialty item for the purpose of this contract. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in 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 District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 31 of 181 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. oRevised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 32 of 181 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3S20, & 3920-A The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amount of Work by Subcontractor In Dollars* 4, »nic,L_4»-t PP \ferfl G V/I5TT7 ( M C 56,500. CL f 320 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 33 of 181 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3S20-A The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer vSee, Attach/vie/ Name and Phone No, of Person to Contract * Type of Work Amount of Contract Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 34 of 181 Pages TC CONSTRUCTION CO., INC. CONTRACTORS EXPERIENCE STATEMENT FORM Job Name: Description: Owner Name: Contact: Phone: Job Type: Date Completed: Cost: 450-1 Recycled Water Reservoir & 680-1 Recycled Water Pump Station Construction of a 12 MG recycled water reservoir, 17.3 MG per day recycled water pump station and appurtenances. Otay Water District 2554 Sweetwater Springs Blvd Spring Valley CA 91978 Ron Ripperger 619-670-2279 12 MG Recycled Water Reservoir 6/29/07 $14,740,000.00 2. Job Names: Description: Owner Name: Contact: Phone: Job Type: Date Completed: Cost: 3.5 MG North Twin Oaks Tank #2 3.5 MG steel water reservoir for potable water, 1000 ft of 18" CMLC and 2 drain vaults. Vallecitos Water District 201 Vallecitos de Oro San Marcos CA 92069 James Gumpel 760-744-0460 Blasting, Mass Grading, Water Reservoir 01/31/08 $4,871,130.00 3. Job Names: Description: Owner Name: Contact: Phone: Job Type: Date Completed: Cost: North Twin Oaks Pump Station Construction of a pump Station including expansion of the existing pump station, building. Install 3 new pumps, new access road around pump station and a new altitude valve vault. Vallecitos Water District 14271 Danielson Street PowayCA 92064 James Gumpel 760-744-0460 Pump Station, Grading, 05/15/07 $1,232,178.00 4. Job Names: Description: Owner Name: Contact: Phone: Job Type: Date Completed: Cost: 711-3 Reservoir 16MG reservoir and associated piping, buildings. Otay Water District 2554 Sweetwater Springs Blvd Spring Valley CA 91978 Ron Ripperger 619-670-2279 Mass Grading, Water Reservoir 2002 $4,584,729-00 TC CONSTRUCTION CO., INC CONTRACTORS EXPERIENCE STATEMENT FORM 5-Job Names: Description: Owner: Contact: Phone: Job Type: Date Completed: Cost: Salt Creek Gravity Sewer The Project consisted of installing approximately 15,000 feet of 42" PVC Cgos trunk sewer an over 50 pre-cast 6 and 8 foot diameter manholes long Main Street and Otay Valley Road for the City of Chula Vista. All manholes were "T-Locked" and zebron coated. Most of the work was located in heavy traffic within Main Street. Along with the new sewer mains, various storm drain systems were installed along the course of construction. One of the project highlights was the bore and jack of a 60" steel casing for a 42" PVC carrier pipe underneath the MTDB Trolley. City of Chula Vista 1800 Maxwell Road Chula Vista CA 91911 Kirk Ammerman 619-397-6121 Trunk Sewer Design and Construction Observation 08/2005 $5,439,601.00 6.Job Name: Description: Owner: Contact: Phone: Job Type: Date Completed: Cost: Poggi Canyon Trunk Sewer The project consisted of designing and construction for the City a completed and fully functional tunneled/open excavation trunk sewer line that will upgrade Reach 205 of the Poggi Canyon Trunk Sewer. Installation included upgrading existing 18-inch vitrified clay (V.C.P) trunk sewer pipe with a newly constructed parallel 27-inch trunk sewer line encased within a steel sleeve. City of Chula Vista 1800 Maxwell Road Chula Vista CA 91911 Robert Yano 619-397-6217 Trunk Sewer Design and Construction of 27" Sewer 11/2005 $1,047,000.00 7. Job Name: Description: Owner: Contact: Phone: Job Type: Date Completed: Cost: Viejas Subdivisions The project consists of SDR 35 Sewer Pipe, 5' x 3' concrete manholes, 4" sewer laterals, property line 4" clean outs C-goo PVC Water lines, 1" copper services, fire hydrant assemblies, air-vacs, blow offs and RCP concrete storm drain pipe, 12" - 48", cast in place concrete structures, wingwalls and headwalls. Viejas Indian Reservation 1 Viejas Grade Rd. Alpine CA 91901 Jim Reed 619-659-2348 Sewer, Water, Storm Drain Currently Ongoing Currently $1,900,895.00 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION *• (To Accompany Proposal) EL CAMINO REAL 24-INCH TRANSMISSION MAIN, m FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A .«•As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. KB 1) Certificates of insurance showing conformance with the requirements herein for each of:m .„, \z Comprehensive General Liability ** H' Automobile Liability *** SM/Vorkers Compensation •,nm Or Employer's Liability m 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. •«w» All certificates of insurance and statements of willingness to issue insurance for auto policies offered *~ to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project "- for each insurance company that the Contractor proposes. "™ 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, «• non-owned or hired, and whether scheduled or non-scheduled. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 35 of 181 Pages Client#:2318 TCCON1 ACORD^ CERTIFICATE OF LIABI PRODUCER BB&T - John Burnham Insurance Services 750 B Street, Suite 2400 San Diego, CA 92101 800 421-6744 INSURED T C Construction Co., Inc. 10540 Prospect Avenue Santee, CA 92071 LITY INSURANCE DATE (MM/DD/YYYY) 6/23/08 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Old Republic Genl Ins Cor INSURER B: Firemans Fund Insurance Company INSURER C: INSURER D: INSURER E: NAIC# 24147 21873 COVERAGES MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSRLTR A A A B ADD'lNSRt TYPE OF INSURANCE GENERAL LIABILITY x_ x~ COMMERCIAL GENERAL LIABILITY 1 CLAIMS MADE | X| OCCUR BI/PD Ded:$25,000 GEN'L AGGREGATE LIMIT APPLIES PER: 1 POLICY rxl SECT 1 ILOC AUTOMOBILE LIABILITY X X X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS Comp Ded Coll Ded GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY 1 OCCUR | | CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LJ ABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? If yes. describe underSPECIAL PROVISIONS below OTHER Equipment Inland Marine $5,000 deductible POLICY NUMBER A1CG501 10702 A1CA501 10702 see description see description A1CW501 10702 MZI98308351 POLICY EFFECTIVEDATE (MM/DD/YY1 11/01/07 11/01/07 11/01/07 11/01/07 POLICY EXPIRATIONDATE (MM/DD/YY) 11/01/08 11/01/08 11/01/08 11/01/08 LIMITS EACH OCCURRENCE DAMAGE TO RENTEDPREMISES fEa occurrence! MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN ^ ACC AUTO ONLY: AGQ EACH OCCURRENCE AGGREGATE Y WC STATU- I OTH-* TORY LIMITS I ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT 11,000.000 5100,000 15,000 $1,000,000 $2,000,000 $2,000,000 $1,000,000 $ $ $ $ $ $ 5 $ $ $ $ $1,000,000 $1,000,000 $1,000,000 $12,579,051 Scheduled $400,000 Leased/Rented Cranes 10% ded 5000 Min Certificate is subject to policy limits, conditions and exclusions. Auto-$1 ,000 comp & coll ded for autos cost new less than $75,000 $5,000 comp & coll ded for autos cost new more than $75,000. Re: Pre-Bid. This Certificate has been issued as a "Sample" only and is not to be reproduced. CERTIFICATE HOLDER CANCELLATION Ten Day Notice for Non-Pavment of Premium Carlsbad Municipal Water District 1635 Faraday Ave. Carlsbad, CA 92009 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL (BBeWOUUBC MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, RKXWWJreXSJBWJBSfflOCX HKXXKXWmWKKmrJlKMXHKOr^ XHXXXKKMKKXXX AUTHORIZED REPRESENTATIVE v&^Jtet&z? ACORD 25 (2001/08) 1 of 2 #S447062/M415848 MGGUE 8 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). 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 endorsements). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurers), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 2 #S447062/M415848 POUCY NUMBER; A1CG5011D7D2' TC Construction Co., Inc. Eff. 11 /1/07 to 11 /1 /OS COMMERCIA1. GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional insured Pe-rson(s) Or Orgartization(s): "Blankef as required by written contract Location(s) Of Covered Operations information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section IF - Who Is An Insured is amended to include as an additional insured the p&rson(s) or organira5on(s) shown in the Schedule, but only with respect to Ftabtfity for "bodily injury", "property damage" or "personal and .advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behaif, in the performance of your ongoing operations for the additional 'msured(s) at the locat)on(s) desig- nated above. B. With respect to the insurance afforded to these additional insur&ds, the following additional exclu- sions appry: This insurance does not apply to "bodily injury" or "property damage" occurring after 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other fhan another contractor or subcontractor erv- gaged in performing operations for a principal as a part of the same project CG2D1DD7&4 © ISO Properties, Inc., 2&D4 Page 1 of 1 D POLICY NUMBER: A1CG50110702 COMMERCIAL GENERAL LIABILITY TC Construction, Inc. Eff. 11/1/07 to 11/1/08 CG 20 37 °7 °4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): "Blanket" as required by written contract Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "Vour work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? V yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: (na •^ Page of pages of this Re Debarment form Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 36 of 181 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? V yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? V 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. N/A- (If needed attach additional sheets to provide full disclosure.) Page ' of ' pages of this Disclosure of Discipline form Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 37 of 181 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Tc By: (print name/title) Page / of _( pages of this Disclosure of Discipline formoRevised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 38 of 181 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A State of California county of ) ss- ( being first duly sworn, deposes (Name of Bidder) and says that he c/sXe is of TO U( (Title) Co, (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed onjhe 'Z.D day of UJLK\l^ 200??. Subscribed and sworn to before me on the ls\J day oL \\A , 20 Son Dtooo County MrConrn Expkw OctM. 2010 Signature of Notary Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 39 of 181 Pages of Carlsbad Public Works - Contract Administration May 28, 2008 ADDENDUM NO. 1 RE: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE AND MEDIAN IMPROVEMENTS PROJECT NO'S 3843, 3920, 3920-A Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in pre-bid date and time for the above-mentioned bid. New date and time for NON- MANDATORY pre-bid meeting is: Tuesday, June 17, 2008,9:00 AM Location for NON-MANDATORY pre-bid meeting: Carlsbad Municipal Water District Board Room 5950 Et Camino Real, Carlsbad, CA 92008 - 760 438 2722 This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. RHONDA HEATHER Associate Contract Administrator i ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 * FAX (760) 602-8562 CITY OF CARLSBAD EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS Contract Nos. 3843, 3920, 3920-A Bid No. PWS08-36ENG Addendum No. 1 From: Sherri Howard, Project Manager Phone: (760)602-2756 Fax: (760)602-8562 \ No. of Pages: 1 (including this page) Date: May 27, 2008 Bid Opening Date: June 25, 2008 2:00 pm (unchanged) CONTRACT DOCUMENTS Page 10. Paragraph 7. Replace the paragraph with the following: A non-mandatory pre-bkJ meeting will be held Tuesday, June 17, 2008 at 9:00 AM at the Carlsbad Municipal Water District Board Room, 5950 El Camino Real, Carlsbad, CA 92008, (760) 438- 2722. Contract No. 3843, 3920, 3920-A Addendum No. 1 of Carlsbad Public Works - Contract Administration June 17, 2008 ADDENDUM NO. 2 RE: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE AND MEDIAN IMPROVEMENTS, BID NO. PWS08-36ENG Please include the attached addendum in the Notice to Bidders/Request for Bids you have for the above project. This page—receipt acknowledged—must be included in your bid when your bid is submitted, KEVIN DAVIS Sr. Contract Administrator ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature 1635 Faraday Avenue « Carlsbad, CA 32GOS-7314 - {76Q} 6O2-467T - FAX (76O) 6O2-8562 CITY OF CARLSBAD EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS Contract Nos. 3843, 3920, 3920-A Bid No. PWS08-36ENG Addendum No. 2 From: Sherri Howard, Project Manager Phone: (760)602-2756 Fax: (760) 602-8562 No. of Pages: 74 (including this page) Date: June 17, 2008 Bid Opening Date: June 25, 2008 2:00 pm (unchanged) GENERAL INFORMATION Pre-Bid Meeting. A pre-bid meeting was held at City offices on Tuesday, June 17, 2008 at 9:00 AM. Enclosed is a copy of the sign-in sheet, Bidders inquiries must be received no later than noon, Friday, June 20, 2008. Bidders inquiries may be faxed to 760-602-8562, Attention Sherri Howard or by email to showa@ci.carisbad.ca, us. NOTICE INVITING BIDS Page 8, Paragraph 1, Line 8 Replace 10,300 square yards with 1,700 tons GENERAL PROVISIONS Page 90. Bullet 7 (Paragraph 9). Delete Bullet 7 and replace with the following: • The Contractor shall complete construction and have the new 24" water pipeline back in service in 45 working days. Construction of the Flow Control Structure, valving, electrical and controls equipment can occur at any time within the 120 working days. Page 111, Paragraph 9. Bid Item 2-6 Flo Control Vaive Vault Delete references to installing a AT&T telephone service. Contract No. 3843, 3920, 3920-A Addendum No. 2 TECHNICAL SPECIFICATIONS Section 16000 Electrical Work Paragraph 2.05 A. Delete telephone backboard, Paragraph 2,07 C. Delete AT&T reference, APPENDICIES Delete APPENDIX "C" AT7T SPECIFICATIONS (FORMERLY SBC) And replace with APPENDIX "C: GEOTECHNICAL EVALUATION EL CAMINOE REAL WIDENING, dated Decembers, 2003 RESPONSE TO VERBAL INQUIRIESRECEIVED AT THE PRE-BID: Question: Is a soils report available for the slope work? Answer: A copy of the soils report is included in this addendum. Questions: What is the phone line location? Answer: The phone line has been eliminated from the project. Question: For the Meter panel detail on Sheet 9, should the detai! indicate two meter panels Answer: All electrical and control equipment shall be installed in a single service pedestal. Question: How will the monitoring biologist and paleontologist be paid. Answer: Per DWG 430-1, Sheet 2 of 14, General Notes 23 and 24, the monitoring Biologist and paleontologist will be paid for by the City. Question: Is there a cut off date for questions? Answer: The City/District has required by this addendum that bidder inquiries be submitted by noon, Friday, June 20, 2008. Question: What are the work hours/restrictions? Answer: The work hours are detailed in Section 6-2.1 of the General Provisions on page 90. Question: Are there Liquidated Damages? Answer: Yes, Reference Section 6-9 of the General Provisions on Page 94, EVA THIS ONE IS FOR YOU Question: Are there any meter fees? Answer: Yes the contractor is responsible for obtaining the irrigation meter included in Bid Item 5-12. Section 306-1.7 details the requirements for the meter installation, including permit and connection fees. Contract No. 3843, 3920, 3920-A Addendum No. 2 £o 1 *i 1 Ml Oa a 9 Q o "« 5 $*S I|I b2s|SQi| u Sgi<Sl3 5 "tills? 1O u* « °* — 53 xi S V. ' S W 0 * ®p « a. -S- 8 1 »~ jc i) to !?o 5 c"° 5 2s£ * ^ 5a! | m0 .S s*- " »^^ C? C! C^ C ,- <J) O.2 ^P p CM 8S$«--i "C tl 0 ^~ H M Pa.®<ii-_ /"* t5lJI *" ^—^§s^^ - r™~* T3 Co c* ^5» ^o > TO - I §i^'iE„ f ^ 4-«* SN S, »OT S"J «^2-i&a g^QQ— o .EO «5W > 050 1 g UJ LL. O UJ«ar PROJECT NA&o CO §CO CO 0> od H>UI <UCD 2 z U— I-—o oUU UJ O CQg g 1 E z (U o £Affiliation_"c (X 0)f/1tf»(0<D Q.•"*••»• wUJUJ I ATTENDCDtn $ CD O sbad3 Department"^ c« -cO ®„_ <i>o c *gOUJ •5CO 0X «5 \ X, 11I 0 s k. i w 1 I ^ \ t •v W \f\ x1 O'••**&o"r-•£>i th*:* -.< 1T^ a 7 \i ;>*»* U) "t *3~ ••"" <^J" 1 ;i r0 g p » Jt , c "i 5 ""So i: "S -~, ^4*^ «• i CD ? j? ier c: «2 o 4j^ ^ V5 i i/rtj& ii S 5 I U) 1^. Ii KJ {X xS IT* ^"*^ *^tfcS[3 *ti?{-S 1 \f *£$•"* "w | *««««w 1— r~- «< rt 0 \f 0 3r* ac -A cr u.f*fc~^J/ C1— 3 o. WN -75<****£ |5 r* r- bo%"j I 4 i ? •c. ii * it lo V * t >^ r-,-•-• "••:) ^ ? -C > § <-' ! 1 ^ 1 1 §3 |1| CD W g **£ |5 w .-- 53 J5J O «£• UJ *^c3E®cO ^* O "Sj Tl ^ ^8 " " Zw §jjj CP *w t ^ VP " ^? o fe *£ S o > 3 o SMJJJ *^u jQ CO 3 •&Q* «a. .j. Au ,c"555 *- 42 co•*= 0 c O iff ° 1 1 > K* i, ^ ^^ Ot^ « c Q- ® **? m c c 3 ^ IM. Q) ^ "*O*. t--o SO x: > -S0> TJC - CD CD ^0 v ^^ ^y «5 g ra ul E O iz h-uUJ— > §o. <f 6<NCOCO O<MO>CO OJCO .C CO ^CO ® -d£ t?- boo: •uj £m a. Dz 1 LL_ |MM 0 0UJ UJ o So: ^o. w IK n £DZ 0co OL AffiiiatJont•c £L OT fllQ^E toUJUJ Q atHh~ ^»» N (VS . (•^(\ <i -s a "*"** ^""3* -. ^ <5 I Oil 4 1 iulS /\i '•™«- f^" 1^j*Z C\J *vK..'.^;» ™T*™ ?. f'f] "^T ^RLSBAD^o u. O O I I Nottta Sign to f| 8 o* il *i £& I 1cy 1 £ « fs4U i"i iI EL APPENDIX "C" GEOTECHNiCAL EVALUATION EL CAMINO REAL WIDENING, CARLSBAD, CALIFORNIA Dated December 5, 2003 City of Carlsbad Contract No. 38431 Georerhniraf and BrvironmenCa) Sciences Con GEOTECHNICAL EVALUATION EL CAMINO REAL WIDENING CARLSBAD, CALIFORNIA PREPARED FOR Mr. Clark Fernon Boyle Engineering 7807 Convoy Court, Suite 200 San Diego, California 92111 PREPARED BY Ninyo & Moore Geotechnical and Environmental Sciences Consultants 5710RuffinRoad San Diego, California 92123 December 5,2003 Project No. 105113001 S?!ORuWnRoad - San Diego. California 92!23 » Phone (858} 576-1000 • f:ax |8S8! 576-9600 San Diego •• livme •• QnwtQ « Loi A'igeles - Oaktend - Las Vegas « Sai* Lake Cay • Phoenix Environmental Sciences Consonants December 5,2003 Project No. 105113001 Mr. Clark Fernon Boyle Engineering 7807 Convoy Court, Suite 200 San Diego, California 92111 Subject: Geotechnical Evaluation El Camino Real Widening, Sites 1 and 2 Carlsbad, California Dear Mr. Fernon: In accordance with your authorization, we have performed a geotechnical evaluation for the pro- posed El Camino Real widening project. This report presents our geotechnical findings, conclusions, and recommendations regarding the proposed widening along the eastern side of El Camino Real at Sites 1 and 2 in Carlsbad, California. We appreciate the opportunity to be of service on this project. If you have any questions or com- ments regarding our report, please contact our project manager Mr. Nick Ng or the undersigned. Sincerely, N1NYO & MOORE Randal L. Irwin, C.E.G Principal Engineering Geologist NN/RI/EO/msf Distribution: (5) Addressee Erik Olsen, G.E. Chief Geotechnical Engineer 57 iO Kuffin Roaa - San Diego. Caiifoma 92123 > Phone 18581 576-1000 • Fax {8SSj 576-9600 San Diego •• itvtne - Ontario > LCK Angeies - Oakland - (.as Vegas > Saft i.ffke City • Phoen* El Carnino Real Widening December 5, 2003 Project No. 105113001 TABLE OF CONTENTS 1. INTRODUCTION 1 2. SCOPE OF SERVICES 1 3. SITE AND PROJECT DESCRIPTION 2 4. SUBSURFACE EXPLORATION AND LABORATORY TESTING 3 5. GEOLOGY AND SUBSURFACE CONDITIONS 3 5.1. Regional Geologic Setting.. 3 5.2. Site Geology 4 5.2.1. Topsoil 4 5.2.2. Alluvium , 4 5.2.3. Terrace Deposits , 5 5.2.4. Point Loma Formation . 5 5.3. Groundwater 5 5.4. Faulting and Seismicity .5 5.4.1. Strong Ground Motion and Ground Surface Rupture 6 5.4.2. Liquefaction and Seisrnically Induced Settlement 6 5.5. Landsliding , 7 5.6. Rippability 7 6. CBC SEISMIC DESIGN PARAMETERS 7 7. CONCLUSIONS , 8 8. RECOMMENDATIONS 8 8.1. Earthwork 9 8.1.1. Site Preparation 9 8.1.2. Excavation 9 8.1.3. Temporary Excavations and Cuts 10 8.1.4. Materials for Fill , 11 8.1.5. Compacted Fill 11 8.1.6. Utility Trench Backfill 12 8.1.7. Drainage , 13 8.2. Flatwork 13 8.3. Retaining Walls 13 8.3.1. Bearing Capacity ....14 8.3.2. Lateral Earth Pressures 14 8.3.3. Lateral Resistance 15 8.4. Pavement Sections 15 8.4.1. Asphalt Concrete Pavement... 15 8.4.2. Pavement Subgrade Preparation..... 16 8.5. Corrosion 17 10511300!.* IXX El Camino Real Widening December 5, 2003 Project No. 105113001 8.6. Concrete ..„'. 17 8.6.1. Pre-Construction Conference , ...18 8.7. Construction Observations , 18 9. LIMITATIONS , 19 10. SELECTED REFERENCES , 21 Table Table 1 - Seismic Design Parameters 7 Table 2 - Recommended Asphalt Concrete Pavement Section 16 Figures Figure 1 Map of Sites and Boring Locations Figure 2 - Typical Retaining Wall Drain Detail Appendices Appendix A — Boring Logs Appendix B - Laboratory Testing Appendix C - Typical Earthwork Guidelines El Cammo Real Widening December 5,2003 Project No. 105113001 1. INTRODUCTION In accordance with your subcontract agreement dated October 22, 2003, we have performed a geotechnical evaluation for the proposed widening along the eastern side of El Camino Real at Sites 1 and 2. The project study areas are located in Carlsbad, California (Figure 1). The purpose of this evaluation was to provide design recommendations regarding the geotechnical aspects of the proposed road widening. This report presents the results of our background review, subsur- face evaluation, laboratory testing, geotechnical analyses, our conclusions regarding the geotechnical conditions along the subject alignment, and our recommendations for design. 2. SCOPE OF SERVICES Ninyo & Moore's scope of sendees for this project included review of pertinent background data, performance of a subsurface evaluation, and engineering analysis with regard to the proposed widening of El Camino Real at Sites 1 and 2. Specifically, we performed the following tasks: • Review of readily available published geotechnical literature, including geologic maps, geo- technical reports, engineering plans, and aerial photographs. • Performing a geologic field reconnaissance of the site to observe and map the site geologic conditions. • Coordination and mobilization for the subsurface exploration. Mark-out of possible existing underground utilities was conducted through Underground Service Alert and the project plans. • Preparation of work and traffic control plans as part of acquisition of a right-of-way permit before performing subsurface exploration. « Performing a subsurface evaluation consisting of the excavating, logging and sampling of three borings to evaluate the subsurface soils. The borings were advanced to depths of ap- proximately 16.5 to 31.5 feet. Relatively undisturbed and bulk samples were obtained at selected intervals from the borings. The soil samples were transported to our laboratory for testing. • Laboratory testing of selected samples from the borings to evaluate in-place moisture and density, Atterberg limits, gradation, shear strength, consolidation characteristics, R-value and corrosivity. IMHJWS-KDOC El Camino Real Widening December 5,2003 Project No. 105113001 Analysis of the data obtained. Preparation of an illustrated geotechnical report presenting our findings, conclusions, and geotechnical recommendations for design and construction of the proposed widening of El Camino Real at Sites 1 and 2. 3. SITE AND PROJECT DESCRIPTION It is our understanding that the City of Carlsbad intends to widen the eastern side of El Camino Real atjwo locations, as shown in Figure 1, Site 1 extends approximately 1,600 feet southeast- erly of Jackspar Lane towards the vicinity of Sunny Creek Road. Site 2 extends approximately 600 feet northwesterly of Cougar Drive. The proposed widening will include an outside travel lane, bike lane, and parkway improvements. As part of the widening, retaining walls may also be constructed. El Camino Real is currently a four-lane roadway, with a paved section that is approximately 100-feet wide. For Site 1, the alignment is generally located along a ridge top, where topography along the eastern portion of the alignment is generally descending to a golf course and some un- used private land areas. For Site 2, topography along the eastern portion of the alignment is generally flat within El Camino Real right-of-way limit. Beyond the right-of-way limit, the to- pography starts ascending a slope towards a subdivision currently occupied by Madonna Hill Guest Home for Elderly People. For Site 1, elevations of El Camino Real range from a high of approximately 85 feet above mean sea level (MSL) in the vicinity of El Camino Hills to a low of approximately 60 feet MSL at Rancho Carlsbad Drive/Jackspar Drive and a low of approximately 82 feet MSL at Sunny Creek Road. For Site 2, elevations of El Camino Real range from a high of approximately 270 feet MSL at Cougar Drive to a low of approximately 240 feet MSL at approximately 600 feet northwesterly of Cougar Drive. 105IJ.1G01-R DOT El Camiuo Real Widening December 5, 2003 Project No. 105113001 4. SUBSURFACE EXPLORATION AND LABORATORY TESTING Three borings were drilled on November 17, 2003 using an 8-inch diameter hollow stem, truck- mounted drill rig. The borings were excavated to depths ranging from 16,5 to 31.5 feet below the ground surface. Relatively undisturbed and bulk samples were collected from the borings. The approximate locations of the borings are shown on Figure 1. The boring logs are presented in Appendix A. Laboratory testing of representative soil samples included in-situ moisture and dry density, sieve analyses, shear strength, consolidation, R-value, soil corrosivity, including electrical resistivity, pH, chloride content, and sulfate content. The laboratory tests were performed in our in-house laboratory. The results of the in-situ moisture content and dry density tests are shown at the cor- responding sample depth on the boring logs in Appendix A, The results of the other laboratory tests performed are presented in Appendix B. 5. GEOLOGY AND SUBSURFACE CONDITIONS The following sections describe our findings regarding geologic conditions and potential geo- logic hazards at the two project sites, including faulting and seismicity, liquefaction potential, landsliding, and groundwater conditions. 5.1. Regional Geologic Setting The project area is situated in the coastal foothills section of the Peninsular Ranges Geomor- phic Province. This geomorphic province encompasses an area that extends approximately 900 miles from the Transverse Ranges and the Los Angeles Basin south to the southern tip of Baja California (Norris and Webb, 1990). The province varies in width from approximately 30 to 100 miles. In general, the province consists of rugged mountains underlain by Jurassic metavolcanic and metasedimentary rocks, and Cretaceous igneous rocks of the southern California batholith. The portion of the province in San Diego County that includes the pro- ject area consists generally of uplifted Tertiary deposits. 105 iliC*!-ROOT El Camino Real Widening December 5, 2003 Project No. 105113001 The Peninsular Ranges Province is traversed by a group of sub-parallel faults and fault zones trending roughly northwest. Several of these faults are considered active faults. The Whit- tier-Elsmore, San Jacinto, and San Andreas faults are active fault systems located northeast of the project area and the Agua Blanca-Coronado Bank, San Clemente, and Rose Canyon faults are active faults located west of the project area. Major tectonic activity associated with these and other faults within this regional tectonic framework consists primarily of right-lateral, strike-slip movement. Further discussion of faulting relative to the site is provided in the Faulting and Seismicity section of this report. 5.2. Site Geology Geologic units encountered during our subsurface evaluation include topsoil, alluvial depos- its, terrace deposits, and materials of the Point Loma Formation. Generalized descriptions of the earth units encountered are provided in the subsequent sections. 5.2.1, Topsoil m-place topsoil was observed in two of our borings (B-2 and B-3). As encountered in our borings, the topsoil consisted of light brown and gray, damp, moist, medium dense to dense, silty, fine to medium sand to stiff, sandy clay with scattered rootlets. Based on our limited observations, these soils appeared to be generally less than approximately 2.5 feet in thickness. 5.2.2. Alluvium Alluvium was encountered in boring B-l located approximately near Sunny Creek Road in the eastern end of Site 1. The ground surface of boring B-l was approximately 7 feet below grade of El Camino Real roadway. As encountered in our boring, the alluvium consisted of light brown and gray, damp to moist, very stiff to hard clay with traces of roots and gravel. At the location of boring B-l, the alluvium is approximately 15 feet in thickness. El Camino Real Widening December 5,2003 Project No, 105113001 5.2.3. Terrace Deposits Pleistocene-age terrace deposits were encountered in borings B-l and B-2, both of which were located within Site 1. As encountered in boring B-l, the terrace deposits consisted of light brownish, olive and gray, moist to saturated, medium dense, fine to medium clayey sand to stiff to hard clay. As encountered in boring B-2, the terrace de- posits consisted of light brownish gray, damp to moist, dense, silty fine to medium sand underlain by light yellowish and reddish brown, damp to moist, very stiff to hard, weakly indurated, sandy claystone, with the presence of iron oxide staining and mica and increasing amount of caliche with depth. 5.2.4. Point Loma Formation As encountered in boring B-3, materials of the Late Cretaceous-age Point Loma Forma- tion generally consisted of light brownish gray, damp, moderately indurated sandy claystone, with some presence of iron oxide staining and an increasing amount of caliche with depth. 5.3. Ground water Groundwater was observed in boring B~l at 28 feet below the ground surface, approximately 47 feet MSL. It should be noted the ground surface of boring B-l was approximately 75 feet MSL, while the grade of El Carnino Real near Sunny Creek Road was approximately 82 feet MSL. It should also be noted that groundwater levels can fluctuate due to seasonal varia- tions, irrigation, groundwater withdrawal or injection, and other factors. Groundwater is not expected to be a constraint to the construction of the project. 5.4. Faulting and Seismicity The project area is considered to be seismically active. Based on our review of the refer- enced geologic maps and stereoscopic aerial photographs, as well as our geologic field reconnaissance, the subject site is not underlain by known active or potentially active faults (i.e., faults that exhibit evidence of ground displacement in the last 11,000 years and !OS||J«)?.ROOC El Camino Real Widening December 5,2003 Project No. 105113001 2,000,000 years, respectively). However, the Rose Canyon Fault is located approximately 6.9 miles west of the site. In general, hazards associated with seismic activity include strong ground motion, ground surface rupture, liquefaction and seisrnically induced settlement. These hazards are discussed in the following sections. 5.4.1. Strong Ground Motion and Ground Surface Rupture Based on a Probabilistic Seismic Hazard Assessment for the Western United States, is- sued by the United States Geological Survey/California Geological Survey Probabilistic Seismic Hazard Assessment (PSHA) Model (2003), the project site is located in a zone where the horizontal peak ground acceleration having a 10 percent probability of ex- ceedance in 50 years is 0.32g (32 percent of the acceleration of gravity). The requirements of the governing jurisdictions and applicable building codes should be considered in the design of structures. The most significant seismic event likely to affect the project site would be an earthquake within the Rose Canyon fault zone which can generate a 6.9 mag- nitude earthquake (California Division of Mines and Geology, 1998). Based on our review of the referenced literature and our site reconnaissance, no active faults are known to cross the project site. Therefore, the potential for ground rupture due to faulting at the site is considered low. However, lurching or cracking of the ground surface as a result of nearby seismic events is possible. 5.4.2. Liquefaction and Seismically Induced Settlement Liquefaction of cohesionless soils can be caused by strong vibratory motion due to earthquakes. Research and historical data indicate that loose granular soils and non- plastic silts that are saturated by a relatively shallow groundwater table are susceptible to liquefaction. The project site is underlain by alluvium and terrace deposits in Site 1 and by Point Loma Formation in Site 2. The materials encountered in both sites are not prone to liquefaction. Based on the generally fine-grained and cemented/indurated na- El Camino Real Widening December 5, 2003 Project No. 105113001 ture of the subsurface materials as well as the presence of relatively deep groundwater encountered in our exploratory boring B-l, it is our opinion that the potential for lique- faction at the site is very low. Liquefaction or seismically induced settlement at the project area is not anticipated to be a design consideration. 5.5. Landsliding Based on our review of published geologic literature and aerial photographs, and our geo- logic reconnaissance, no landslides or related features are known to underlie the subject site. 5.6. Rippability Based on our subsurface exploration of the site, and the proposed improvements, the on-site materials are expected to be generally rippable with normal heavy-duty earthmoving equip- ment. However, the Point Loma Formation can have strongly cemented zones where rock breaking equipment or other special means may be needed for efficient excavation. 6. CBC SEISMIC DESIGN PARAMETERS According to the 2001 California Building Code (CBC), the proposed sites are within Seismic Zone 4, but these sites are not within a CBC Near-Source Zone for active faults. Table 1 includes the seismic design parameters for the site as defined in, and for use with, the 2001 edition of the CBC (CBSC, 2001). Table 1 - Seismic Design Parameters Parameter Seismic Zone Factor, Z Soil Profile Type Seismic Coefficient Ca Seismic Coefficient Cv Near- Source Factor, N3 Near-Source Factor, Nv Seismic Source Type Value 0,40 SD 0.44N3 0.64NV 1.0 1.0 B 1997 UBC Reference Table 16 1 Table 16 - J Table 16 Q Table 16 -R Table 16 -S Table 16 T Table 16 - U I05I!M!0!-RI>OC El Camino Real Widening December 5, 2003 Project No. 105113001 7. CONCLUSIONS Based on our review of the referenced background data and subsurface evaluation, it is our opin- ion that there are no geotechnical constraints that would preclude construction of the proposed widening along the eastern portion of El Camino Real at the two sites provided consideration is given to the recommendations presented in this report and appropriate construction practices are followed, Geotechnical considerations include the following: • Minor amounts of topsoil materials underlie parts of Sites 1 and 2. The predominant earth materials encountered along the eastern portion of Site 1, with the exception of the lower portion near Sunny Creek Road, appear to be terrace deposits. In the lower portion near Sunny Creek Road, relatively compressible alluvial materials were encountered in the upper 15 feet, overlying terrace deposits. • No deep-seated landslides are mapped underlying the project sites. • No active faults are reported underlying, or immediately adjacent to the project sites. The active Rose Canyon Fault Zone is located approximately 6.9 miles to the west. » The project sites are not located in a Near-Source Zone, but are located in Seismic Zone 4 according to the California Building Code (CBSC, 2001). Accordingly, the potential for seismic accelerations will need to be considered in the design of proposed structural im- provements. • In general, the on-site materials are suitable for re-use as compacted fill. The on-site soils are anticipated to be generally excavatable with conventional, heavy-duty earth moving con- struction equipment to the total depth explored, with the exception of the area in the vicinity of Sunny Creek Road. In the latter area, the on-site soils are anticipated to be generally exca- vatable with conventional, heavy-duty earth moving construction equipment to a depth of 28 feet (approximately 47 feet MSL) where groundwater was observed. 8. RECOMMENDATIONS Based on the results of our subsurface evaluation and our understanding of the proposed road widening along the eastern portion of El Camino Real, the following geotechnical recommenda- tions are presented for the design and construction of the proposed improvements. K'S !i:*Of.'1-R DOC' El Carnino Real Widening December 5,2003 Project No. 105113001 8.1. Earthwork In general, earthwork should be performed in accordance with the recommendations pre- sented in this report. The geotechnical consultant should be contacted for questions regarding the recommendations or guidelines presented herein. 8.1.1. Site Preparation Site preparation activities should begin by clearing and removing existing asphalt pavement and sidewalk, and deleterious material and vegetation from the project site ar- eas and disposing them off site. This includes rocks that exceed 6 inches in diameter. Underground utilities located within the proposed limits of the construction should be removed or abandoned, capped off, or relocated so as not to interfere with earthwork operations. Obstructions that extend below finish grade, if present, should be removed and the resulting holes filled with compacted soil, 8.1.2. Excavation We recommend that excavations, irrespective of depth or permanency, be suitably sup- ported in accordance with Occupational Safety and Health Administration (OSHA) requirements. Construction equipment or excavation spoils should not be stored or placed within 5 feet of the edge of temporary excavations. The responsibility for tempo- rary excavation support and safety should rest with the contractor. Our evaluation of the excavation characteristics of the on-site materials is based on the results of three exploratory borings, our site observations, and our experience with simi- lar materials. In our opinion, excavation of the on-site materials to the depths evaluated can generally be done with conventional earthmoving equipment in good operating condition. Very low to low expansive potential soils (soils having an Expansion Index of 50 or less) are generally suitable for use as fill provided organic material, clay lumps, con- struction debris, rock particles, and other non-soil fill materials larger than 6 inches in MSH300I-R DOC El Camino Real Widening December 5, 2003 Project No. 105113001 dimension are separated and disposed of off site. Based on our laboratory analysis, a majority of the on-site soils will satisfy this criterion. However, localized pockets of ex- isting on-site materials may be unsuitable for reuse as structural fill. With the approval of the project geotechnicai engineer, the unsuitable material should be disposed off site or used in non-structural fill areas. 8.1.3. Temporary Excavations and Cuts We recommend that trenches and excavations be designed and constructed in accor- dance with OSHA regulations. These regulations provide trench sloping and shoring design parameters for trenches up to 20 feet deep based on a description of the soil types encountered. For planning purposes, we recommend that the following OSHA soil clas- sifications be used for the temporary excavations, if any. Topsail/Alluvium Type C Terrace Deposits Type C Formational Material Type B Upon making the excavations, the earth material classification and excavation perform- ance should be evaluated in the field by the geotechnicai consultant in accordance with OSHA regulations. Recommendations for temporary shoring can be provided, if re- quested. In general, temporary slopes above the water table and excavated in surficial fill soils or terrace deposits should be inclined no steeper than 1-1/2:1 (horizontal:vertical). Tempo- rary excavations in the Point Loma Formation should be inclined no steeper than 1:1. Temporary excavations that encounter seepage may need shoring or may be stabilized by placing sandbags or gravel along the base of the seepage zone. Excavations encoun- tering seepage should be evaluated on a case-by-case basis. 1GS113COI-H DOC 10 El Camino Real Widening December 5, 2003 Project No. 105113001 8.1.4. Materials for Fill On-site soils free of organic materials and of low or very low expansion potential (CBC Expansion Index of 50 or less) are suitable for use as fill. Trash or construction debris should be selectively removed prior to use as fill. Fill material should not contain rocks or lumps over 6 inches in largest dimension, and not more than 40 percent larger than 3/4 inch. Utility trench backfill material should not contain rocks or lumps over 3 inches in largest dimension and not more than 40 percent larger than 3/4 inch. Larger chunks, if generated during excavation, may be broken into acceptably sized pieces or disposed of off site. Any imported fill material should be a low or very low expansion potential (CBC Expansion Index of 50 or less) granular soil. Import material should also have a low corrosion potential (resistivity greater than 2,000 ohm-cm, chloride content less than 200 parts per million [ppm], and soluble sulfate content of less than 0.1 percent). Materials for use as fill should be evaluated by the geotechnical consultant's representa- tive prior to filling or importing. 8.1.5. Compacted Fill Prior to placement of compacted fill, the contractor should request an evaluation of the exposed ground surface by the geotechnical consultant. The approval of the geotechnical consultant should not be considered to preclude any requirements for observation or ap- proval by governing agencies. It is the contractor's responsibility to notify the geotechnical consultant and the appropriate governing agency when project areas are ready for observation, and to provide reasonable time for that review. Excavated on-site materials which are in general compliance with the recommendations presented in Section 8.1.5 may be utilized as compacted fill provided they are generally free of organic or other deleterious materials and do not contain rock fragments greater than 6 inches in dimension. Oversize material should be disposed of off site. During grading, the contractor may encounter soil types other than those analyzed during the El Camino Real Widening December 5, 2003 Project No, 105113001 geotechnica! study. The geotechnical consultant should be consulted to evaluate the suitability of any such soils for use as compacted fill. Where imported materials are to be used on site, the geotechnical consultant should be notified three working days or more in advance of importation to evaluate, sample and test the materials from the proposed borrow sites. No imported materials should be de- livered for use on site without prior sampling, testing, and evaluation by the geotechnical consultant. Fill materials should be moisture conditioned to near optimum moisture content prior to placement. The optimum moisture content will vary with material type and other fac- tors. Moisture conditioning of fill soils should be generally uniform through the soil mass. Prior to placement of additional compacted fill material following a delay in the grading operations, the exposed surface of previously compacted fill should be prepared to re- ceive fill. Preparation may include scarification, moisture conditioning, and recompactiorj. Compacted fill should be placed in horizontal lifts of approximately 8 inches in loose thickness. Prior to compaction, each lift should be watered or dried as needed to achieve near optimum moisture condition, mixed, and then compacted by mechanical methods, using sheepsfoot rollers, multiple-wheel pneumatic-tired rollers, or other appropriate compacting rollers, to 90 percent or greater relative compaction as evaluated by Ameri- can Society for Testing and Materials (ASTM) D 1557-02. Successive lifts should be treated in a like manner until the desired finished grades are achieved. 8.1,6. Utility Trench Backfill Backfill placed in utility trenches should be compacted to 90 percent or more relative compaction and moisture conditioned to near the optimum moisture content as deter- mined by ASTM D 1557-02, with the upper 12 inches compacted to 95 percent or more IOM1JOOI.RDOC \2 El Camino Real Widening December 5, 2003 Project No. 105113001 of the relative compaction if the trenches underlie structures, pavement, or sidewalk. Exterior trenches, adjacent to structures, pavement, or sidewalk and extending below a 1:1 plane projected from the outside bottom edge of a foundation, pavement, or side- walk should be compacted to 95 percent or more of relative compaction. Density testing and probing should be performed to check compaction. The recommendations presented in the latest revision of the City of Carlsbad Regional Standard Drawings should be fol- lowed for pipe bedding and trench backfill. 8.1.7. Drainage Surface drainage should be provided so that water drains away from structures and off pavement and sidewalk surfaces. Surface water should not be permitted to drain toward the structures or to pond adjacent to footings or on pavement and sidewalk areas. Posi- tive drainage is defined as a slope of 2 percent or more for a distance of 5 feet or more away from structures, pavement, and sidewalk. The project civil engineer should be consulted for specifications regarding surface drainage. 8.2. Flatwork We recommend that concrete flatwork, underlain by very low to low expansive compacted fill or formational materials be 5 or more inches in thickness and be reinforced with No. 3 or larger reinforcing bars spaced 24 inches on center each way. The reinforcing bars should be placed near the mid-point of the slabs. As a means to help reduce shrinkage cracks, we rec- ommend that the slabs be provided with expansion joints at intervals of approximately 12 feet, each way or as recommended by the design engineer. The slab reinforcement and expansion joint spacing should be designed by the design engineer, 8.3. Retaining Walls Based on our understanding of the project, conventional or segmental retaining walls will be constructed. The following sections present our recommendations regarding construction of the proposed retaining walls. 13 El Camino Real Widening December 5,2003 Project No, 105113001 8.3.1. Bearing Capacity It is recommended that the retaining walls foundation be founded 2 feet or more below finish grade to bear on dense formational materials, terrace deposits, or compacted fill. Soft or loose fill, if present at foundation grade, should be removed to competent mate- rial and replaced with properly compacted granular soils. The recommended limits of this removal should be evaluated in the field during construction by the geotechnical consultant. Foundations founded as recommended may be designed for an allowable bearing pressure of 3,500 psf in compacted fill, terrace deposits, or formational materi- als. This allowable bearing pressure may be increased by up to one-third when considering loads of short duration such as wind or seismic forces. Based on our analy- ses, settlement of the retaining wall footings should generally not exceed 1 inch under the design foundation loads. 8.3.2. Lateral Earth Pressures A triangular lateral earth pressure distribution may be used for design of retaining walls. It is recommended that the pressure developed by an equivalent fluid weight of 40 pcf be used for design of unrestrained (yielding) retaining walls with level backfill. An equivalent fluid weight of 60 pcf may be utilized for walls with a 2:1 (horizon- tal :vertical) sloping backfill. Loads due to traffic may be modeled as a 2 foot level surcharge of soil. This surcharge will act as a uniform horizontal pressure of 120 psf against the wall. The above values assume non-expansive, granular soil and free draining conditions. Measures should be taken to avoid moisture buildup behind retaining walls. Drainage measures should include a full height of wall zone of granular non-expansive soil back- fill immediately adjacent to the walls. Expansive soil should not be used for backfill. Perforated drains, as designed by the project architect or engineer, should also be pro- vided. Drains should outlet away from the walls. A typical retaining wall drain detail is 1U5IBW1-R DOC 14 El Camino Real Widening December 5,2003 Project No, 105113001 shown on Figure 2, Concrete swales should be constructed at the top of the proposed walls. 8,3.3. Lateral Resistance Lateral loads may be resisted by soil friction and passive resistance. A friction coeffi- cient of 0.35 may be used between fill soils (import fill, terrace deposits or formational materials) and footings. The passive resistance of the soil maybe assumed to be equal to the pressure developed by an equivalent fluid of 350 pcf. A one-third increase in the passive value may be assumed for transient loads, such as wind or seismic forces. The total resistance may be taken as the sum of friction and passive resistance provided that passive resistance does not exceed one-half of the total. 8,4. Pavement Sections Recommendations for flexible asphalt concrete (AC) pavement sections are provided based on our experience with the materials encountered, and the R-value test performed at our laboratory. 8,4.1. Asphalt Concrete Pavement In areas where new pavement will be constructed, we recommend that wet, soft, or oth- erwise unsuitable subgrade materials be removed to competent underlying material. Subgrade soils should be prepared for placement of base materials as described herein. Two representative samples were tested for resistance value (R-value). Our laboratory testing performed on these samples of the subgrade soils indicated R-values of less than 5. The Traffic Indices (TI) of recommended pavement sections presented in Table 2 are based on 9.0, 10.0, and 10.5. (OS1IJOOI-R.DOC 15 El Camino Real Widening December 5, 2003 Project No. 105113001 Table 2 - Recommended Asphalt Concrete Pavement Section Street Classification Major (4-Lane) R-Valuc Existing Soil* <5 Traffic Index 9.0 10.0 10.5 Asphalt Concrete (inches) 5.5 6.0 6.5 Caltrans Class II Base (inches) 22 25 26 * Value from laboratory tests It should be recognized that some maintenance of the pavement is likely. This is particu- larly true where significant turning occurs. Unless otherwise directed by the project geotechnical consultant, the upper 12 inches of subgrade should be scarified, moisture conditioned to near optimum moisture, and compacted to 95 percent or more as evalu- ated by ASTM D 1557-02. The aggregate base should conform to Caltrans Class II Specifications and should have an R-value of 78 or more, and should be compacted to 95 percent or more as evaluated by ASTM D 1557-02. 8.4.2. Pavement Subgrade Preparation The ground surface should be prepared by removing fill and residual soils, organic mat- ter, obstructions, or subsurface structures that may interfere with compaction of the areas to be paved. Voids left by the removal of subsurface obstructions should be re- placed with compacted fill. The pavement sections analyzed assume that the subgrade will be made up of compacted fill, terrace deposits, or formational material evaluated as suitable by the project geotechnical consultant. If upon grading, the subgrade materials are found to differ from anticipated subgrade materials, the pavement section recommendations provided in this report may not be valid. The project geotechnical engineer should observe the finished subgrade materials and evaluate whether the recommendations provided in this report apply. R-value tests of the subgrade and base material should be performed during grading to confirm the design R-values. IOSn?06i-R DOC 16 El Camino Real Widening December 5, 2003 Project No. 105113001 Water should not be allowed to pond or seep into the ground near pavement sections. If planters or landscaping are located adjacent to paved areas, measures should be taken to reduce the potential for water to enter the pavement section. 8.5. Corrosion The corrosion potential of the on-site materials was analyzed to evaluate its potential effect on the foundations and structures. The corrosion potential was evaluated using the results of laboratory testing on a representative sample obtained during the field exploration. Laboratory testing consisted of pH, electrical resistivity, chloride, and soluble sulfate con- tents. The pH and electrical resistivity tests were performed in accordance with California Test (CT) 643, while sulfate and chloride tests were performed in accordance with CT417 and 422, respectively. The results of the corrosivity tests are presented in Appendix B. Test results indicate a pH value of 6.6 in Site 1 and 7.8 in Site 2. The chloride content was 850 ppm in Site 1 and 475 ppm in Site 2. The electrical resistivity value was 310 ohm-cm in Site 1 and 360 ohm-cm in Site 2, The water-soluble sulfate content was 0.20 percent in Site 1 and 0.06 percent in Site 2. Based on our laboratory test results and Cahtans criteria, the on- site soils at Site 1 merit a corrosive site classification, which is defined as soil with more than 500 ppm chlorides, more than 0.200 percent sulfates or resistivity less than 1,000 ohm-cm. We recommend that a corrosion engineer be consulted for further recommendations for soils in Site 1. 8.6. Concrete Concrete in contact with soil or water that contains high concentrations of soluble sulfates can be subject to chemical and/or physical deterioration. Based on the CBC criteria (CBSC, 2001), the potential for sulfate attack is negligible for water-soluble sulfate contents in soil ranging from 0.00 to 0.10 percent by weight (0 to 1,000 ppm), and moderate for water- soluble sulfate contents ranging from 0.10 to 0,20 percent by weight (1,000 to 2,000 ppm). The ifi5meoi-R MX:17 El Camino Real Widening December 5, 2003 Project No. 105113001 potential far sulfate attack is severe for water-soluble sulfate contents ranging from 0.20 to 2.00 percent by weight (2,000 to 20,000 ppm), and very severe for water-soluble sulfate con- tents over 2.00 percent by weight (20,000 ppm). The soil sample from Site 1 tested for this evaluation using CT 417 indicated a water-soluble sulfate content of 0.20 percent by weight. Accordingly, the soils are considered to have a se- vere potential for sulfate attack. We recommend that Type V cement be used for concrete structures in contact with soil. In addition, we recommend a water to cement ratio of no more than 0.45, a compressive strength of 4,500 psi, and a slump of no more than 4 inches. In order to reduce the potential for shrinkage cracks in the concrete during curing, we rec- ommend that the concrete for slabs-on-grade, be placed with a slump in accordance with specifications provided by the project structural engineer. If a higher slump is needed for screeding and leveling, a super plasticizer is recommended to achieve the higher slump without changing the required water to cement ratio. The slump should be checked periodi- cally at the site before concrete placement. We also recommend that crack control joints be provided in slabs in accordance with the recommendations of the structural engineer to re- duce the potential for distress due to minor soil movement and concrete shrinkage. We further recommend that concrete cover over reinforcing steel for slabs on grade and founda- tions should be in accordance with CBC 1907.7.1. The structural engineer should be consulted for concrete and reinforcement specifications. 8.6.1. Pre-Construction Conference We recommend that a pre-construction conference be held. Representatives of the owner, the project civil engineer, the project geotechnical engineer, and the contractor should be present to discuss the plans and the project. 8.7. Construction Observations The recommendations presented in this report are based on preliminary design plans for the proposed project and subsurface information disclosed by widely spaced explorations. The i05HJ031-R.DOC 10 El Camino Real Widening December 5,2003 Project No. 10511300! project geotechnical consultant should check the subsurface conditions during construction. Observation and testing of earthwork operations should be performed by the project geo- technical engineer. We further recommend that project plans be reviewed by the design engineer and Ninyo & Moore before construction. It should be noted that upon review of the project plans and specifications, some recommendations presented in this report might be revised or modified to meet the project requirements. We recommend that import material, if any, consist of granular, very low to low expansive material with low corrosivity characteristics. Low corrosivity material is defined as having an electrical resistivity of more than 2,000 ohm-cm when tested in accordance with Califor- nia Test 643, unless defined otherwise by the corrosion consultant. Import material should be evaluated by the geotechnical consultant at the borrow site for its suitability as fill prior to importation to the project site. 9. LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions pre- sented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainties relative to subsurface conditions can be reduced through addi- tional subsurface exploration. Additional subsurface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects of the project, and did not include evaluation of structural issues, environmental concerns, or the pres- ence of hazardous materials. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore 19 El Camino Real Widening December 5, 2003 Project No. 105113001 should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. This report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and their geotechnical consultant per- form an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. 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 encoun- tered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites, hi addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government action or the broadening of knowledge. The findings of this report may, there- fore, 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. DOC ,-> El Camino Real Widening December 5,2003 Project No. 105113001 10. SELECTED REFERENCES Abbott, PL. (ed.), 1985, On the Manner of Deposition of the Eocene Strata in Northern San Di- ego County, California, San Diego Association of Geologists Guidebook: dated April 13. American Public Works Association (APWA), 1997, "Greenbook," Standard Specifications for Public Works Construction. California Division of Mines and Geology (CDMG), 1998, Maps of Known Active Fault Near- Source Zones in California and Adjacent Portions of Nevada: International Conference of Building Officials. Eisenberg, L.L, 1983, Pleistocene Marine Terrace and Eocene Geology, Encinitas and Rancho Santa Fe Quadrangles, San Diego, California., San Diego State University M.S. Thesis: dated September 20. International Conference of Building Officials (ICBO), 1997, Uniform Building Code: Whittier, Cali- fornia. Jennings, C.W., 1994, Fault Activity Map of California and Adjacent Areas: California Division of Mines and Geology, California Geologic Data Map Series, Map No. 6, Scale 1:750,000. Ninyo & Moore, In-house proprietary information. Norris, R.M., and Webb, R.W., 1990, Geology of California, Second Edition: John Wiley & Sons, Inc. Tan S.S., and Kennedy M.P., 1996, Geologic Maps of the Northwestern Part of San Diego County, California, Plate 1: Geologic Maps of the Oceanside, San Luis Rey and San Mar- cos 7.5' Quadrangles and Plate 2: Geologic Maps of the Encinitas and Rancho Santa Fe 7.5' Quadrangles, California Department of Conservation, Division of Mines and Geol- ogy, Open-File Report 96-02. Tan S.S., 1986, Landslide Hazards in the Encinitas Quadrangle, San Diego County, California, Landslide Hazard Identification Map No. 4, California Department of Conservation, Di- vision of Mines and Geology, Open-File Report 86-8. United States Geological Survey, 1968 (photo-revised 75), Encinitas Quadrangle, California, San Diego County, 7.5-Minute Series (Topographic): Scale 1:24,000. United States Geological Survey, 1968 (photo-revised 1975), San Luis Rey Quadrangle, Califor- nia, San Diego County, 7.5-Minute Series (Topographic): Scale 1:24,000, United States Geological Survey / California Geological Survey, 2003, Probabilistic Seismic Hazards Assessment (PSHA) Model, World Wide Web, http://www.consrv.ca.gov/CGS/rghrn/pshamap/pshamain.html. 21 El Camino Real Widening December 5, 2003 Project No. 105113001 Weber, F.H., 1982, Recent Slope Failure, Ancient Landslides, and Related Geology of the North- Central Coastal Area, San Diego County, California, California Department of Conserva- tion, Division of Mines and Geology, Open-File Report 82-12 LA. Source USDA AERIAL PHOTOGRAPHS Date Flight Numbers Scale 4-11-53 AXN-8M 70 1:20,000 J0311J06I-R. DOC?2.2 Approximate Scale in Feet LEGEND 3 Appioxirnate location of exploratory bonng MAP OF SITES AND BORING LOCATIONS^ EL CAMINO REAL WIDENING CARLSBAD, CALIFORNIA PROJECT NO. DATE 105il3001 12/02 K FIGURE A 1 J CUSS 2 PERMEABLE MATERIAL SIEVE SIZE 1". 3/8"No.4 No.8 No.30 No.50 PERCENT PASSING 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 INNER WALL SURFACE TO BE WATERPROOFED IN ACCORDANCE WITH. THE SPECIFICATIONS OF THE PROJECT CIVfL ENGINEER RETAINING SOIL BACKFILL, COMPACTED TO AT LEAST 90 PERCENT RELATIVE COMPACTION * TO 1-1/2" CLEAN GRAVEL*' APPROVED FILTER FABRIC ENVELOPE •o WALL FOOTING « BASED ON ASTM D1557-02 4" DIAMETER PERFORATED SCHEDULE 40 PVC PIPE OR EQUIVALENT INSTALLED WITH PERFORATIONS DOWN. MINIMUM 1 PERCENT GRADIENT TO JUST BEYOND WALL AND THEN NON- PERFORATED PIPE TO STREET OR SUITABLE OUTLET. »* IF CALTRANS CLASS 2 PERMEABLE MATERIAL ( SEE GRADATION ABOVE) IS USED IN PUCE OF 3/4" TO 1-1/2" GRAVEL, FILTER FABRIC MAY BE DELETED. CALTRANS CUSS 2 PERMEABLE MATERIAL SHOULD BE COMPACTED TO 90 PERCENT RELATIVE COMPACTION NOT TO SCALE TYPICAL RETAINING WALL DRAIN DETAIM EL CAMINO REAL WIDENING CARLSBAD, CALIFORNIA f PROJECT NO. \^ 105113001 DATE A 12/03 J FIGURE 2 ) El Camino Real Widening December 5, 2003 Project No. 105113001 APPENDIX A BORING LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following methods. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory excava- tions. The samples were bagged and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following methods. The Modified Split-Barrel Drive Sampler The sampler, with an external diameter of 3.0 inches, was lined with 1-inch long, thin brass rings with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground with the weight of a hammer in general accordance with ASTM D 3550-01. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sample barrel in the brass rings, sealed, and transported to the laboratory for testing. IOSIUOOI-R.IKX: DEPTH (feet)SAMPLESI1 0 • 5- J5- ?0 . Xi ? i \ « 1 xx/xx UJcc 9 DRY DENSITY (PCF)SYMBOL |1I CLASSIFICATIONU.S.C.S,SM ty/nyo fifp 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. ALLUVIUM: Solid line denotes unit change. "Dashed line denotes material change. Attitudes: Strike/Dtp b: Bedding c: Contact j: Joint f: Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Siide Surface sf: Shear Fracture sz: Shear Zone sbs: Sheared Bedding Surface The total depth line is a solid line that is drawn at the boring. bottom of the BORING LOG•MMMEfc ' " " ' 'Wft »S EXPLANATION OF BORING LOG SYMBOLS PROJECT NO DA Rev. TE FIGURE 01/03 A-0 U.S.C.S. METHOD OF SOIL CLASSIFICATION MAJOR DIVISIONS SYMBOL TYPICAL NAMES CX3ARSE-GRAINED SOILS(More than 1/2 of soil>No. 200 sieve size)FINE-GRAINED SOILS(More than 1/2 of soil<No. 200 sieve size)GRAVELS (More than 1/2 of coarse fraction > No. 4 sieve size) SANDS (More than 1/2 of coarse fraction I <No. 4 sieve size) I ;il* * ** .*.• j* **• > *iii•i1" W $: 11 SILTS & CLAYS \%% Liquid Limit <50 K^ 1 SILTS & CLAYS Liquid Limit >50 : 22% 'i GW ' GP ' GM ^ GC ; SW V SP SM f sc ML ^ CL I OL MH 2 CH'yKs&ii3333 OH5s5l3! HIGHLY ORGANIC SOILS Pt Well graded gravels or gravel-sand mixtures, little or no fines Poorly graded gravels or gravel-sand mixtures, little or no fines Silty gravels, gravel-sand-silt mixtures Clayey gravels, gravel-sand-clay mixtures Well graded sands or gravelly sands, little or no fines Poorly graded sands or gravelly sands, little or Silty sands, sand-silt mixtures Clayey sands, sand-clay mixtures Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean Organic silts and organic silty clays of low plasticity Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silty clays, organic silts Peat and other highly organic soils GRAIN SIZE CHART CLASSIFICATION BOULDERS COBBLES GRAVEL Coarse Fine SAND Co»rs« Medium Fine SILT & CLAY RANGE OF GRAIN SIZE V.K. Standard Sieve Size Above 12" 12" to 3" 3" to No. 4 3" to 3/4" 3/4" to No, 4 No. 4 to No. 200 Ho. 4 to Ha 10 No. 10 to No. 40 No. 40 to No. 200 Below No, ZOO Grain Size in Millimeters Above 305 305 to 76.2 76.2 to 4.76 76.2 to 194 19.1 to 4.76 4.76 to 0.074 4.76 to 2.00 2.00 to 0.420 0.420 to 0.074 Below 0.074 PLASTICITY CHART ^. Sv V £/ / CI.-W / I/ 01 / f ML! / ^ ,O_ / / / CH / / ' MHi / iO« / 0 10 20 30 40 50 SO 70 80 . 90 »0 LIQUIP LIMIT (UU), % U.S.C.S. METHOD OF SOIL CLASSIFICATION Revised U.S.C S. Ossification Chin 0 _!> X a.illa 0 " 5-1 10- 20 ., ti «<i !?> \ : - - r>ijj : o c Oi i " 1I • - j I—ooLL. O oa 34 38 is 19 • «fMO F Iat 3 w 0 11.2 21.3 !94 ^ g/ OSi- IDQ D 109.4 96.9 105,4 r/7^ om?5- 1 1i1 i : ! i:J oi— . < V) %3 5D o CH SC/CL MPf DATE DRILLED 11/17/03 BORING NO. B-l GROUND ELEVATION 7S'±(MSL) SHEET I OF 2 METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Trt-County Drilling) DRIVE WEIGHT 1 40 Ib. Auto Trip Hammer DROP 30" SAMPLED BY NN LOGGED BY NN REVIEWED BY Rl DESCRIPTION/INTERPRETATION ALLUVIUM: Light brownish gray, damp to moist, very stiff to hard CLAY with some roots and trace gravel. Increasingly yellowish, light brownish gray. TERRACE DEPOSITS: sandy CLAY. BORING LOG MM!!*1* 0| EL CAMINO REAL WIDENING PROJECT %BV ^5 CARLSBAD, CALIFORNIA PROJECT NO. DATE FIGURE 1051)3001 !?./(« A-l IS.2 X feUJ O 2<J™ 30- 35- 40 <I f I j<a 1 />a <n r>0 111 P -™ I „ > oou. « Z_j03 IS 30 • *£tydT g Ul£C w O 7*1 Q "^ 20.0 74«/ _ oa. i i § jQ ( >- 2O ' 105.9 | »* O i go "- OT 20 CO -3 O SC/CL r MnT DATE DRILLED 11/17/03 BORING NO. B-i GROUND ELEVATION 75'±(MSL) SHEET 2 OF 2 METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Tri-Cmmty Dnlling) DRIVE WEIGHT 1 40 Ib, Auto Trip Hammer DROP 30" SAMPLED BY NN LOGGED BY NN REVIEWED BY RI DESCRIPTION/INTERPRETATION TERRACE DEPOSITS; (Continued) Light olive, brownish gray, moist to wet, medium dense, clayey SAND to very stiff to hard, sandy CLAY. Saturated, Total Depth = 31,5 feet Groundwater encountered during drilling at 28 feet. Backfilled and patched on 11/17/03. BORING LOG •"%•* 0k EL CAMINO REAL WIDENING PROJECT ••• ^5 CARLSBAD, CALIFORXJA PROJECT NO. DATE FIGURE 1 05 II 3001 12/03 A -2 13 X Q.UJ0 0 s- . 10- 15- _2fl_ (> < >£ 3 1 1111 r na i 1 1 0 - ~ | I - I : iI oo1 3CO 37 .. 40 38 52 • mStVii" £ IUa: H* O 4.2 6.5 19.9 !0,1 17.2 ^ «/ S 1 iH •UJ iQ * >- fKQ ] 1 91.2 ; 96.5 j ; 100.3 ^ ! i 1 102.3 | Ij^ & O, H D <«? i ^ ^ — O5 *MJ/) £ft *-3 3 SM SM ! i ir I1 « BM»* DATE DRILLED 11/17/03 BORING NO. B-2 GROUND ELEVATION 8S'±(MSL) SHEET 1 OF 2 METHOD OF DRILLING S" Diameier Hollow Stem Auger (Tri-County Drilling) DRIVE WEIGHT !401b. Auto Trip Hammer DROP 30" SAMPLED BY NN LOGGED BY NN REVIEWED BY Rl DESCRIPTION/INTERPRETATION TOPS01L: Light brown, damp, mediurn dense to dense, siJty fine to medium SAND with scattered roots. TERRACE DEPOSITS: Light brownish gray, damp to moist, dense, silty fine to medium SAND. TLight yellowish and redciiirt brown, damp to moist, very stiff to hard, sandy CLAY with iron oxide staining and some mica. Increasing amount of caliche with depth. BORING LOG V%V*Ok EL CAM1NO REAL WIDENING PROJECT **» WR CARLSBAD, CALIFORNIA PROJECT NO. DATE FIGURE ! 05 113001 12/03 A-1 "S I Q.UJ0 20 25- 40.... <i ? < = - ... nu i 1 ca o 1r — — - > ooLL. 1$•3m • AllVflr ^£. UJir:D V) 0 *&«/ o!L ? CO UJa>-o:o r/7 0m> $> % i *i O1— .< a) ^0"-wOT _;CO -> 30 • M -y\oT DATE DRILLED 11/17/03 BORING NO. B-2 GROUND ELEVATION 8S'±(MSL) SHEET 2 OF 2 METHOD OF DRILLING S" Diameter Hollow Stem Auger (Tri-County Drilling) DRIVE WEIGHT 140 lb. Auto Trip Hammer DROP 30" SAMPLED BY NN LOGGED BY NN REVIEWED BY Rl DESCRIPTION/INTERPRETATION TERRACE DEPOSITS: (Continued) Total Depth = 20.5 feet. Groundwater not encountered during drilling. Backfilled and patched on 1 1/17/03. BORING LOG rmMk dj|Jk EL CAMINO REAL WIDENING PROJECT Vim ^S CARLSBAD, CALIFORNIA PROJECT NO. J DATE FIGURE 105 II 3001 1 12/03 A-4 a.UJQ wLU 0,5 <« »", OOu. CO O CD £. LU I O to 2HIO §t~ . < CO OT O DATE DRILLED ! I/17/03 BORING NO.B-3 GROUND ELEVATION 260't (MSL)SHEET 1 OF METHOD OF DRILLING S" Diameter Holknv Stem Auger (Tri-County Dniling) DRIVE WEIGHT I401b, Auto Trip Haromei DROP 30" SAMPLED BY KN LOGGED BY NN REVIEWED BY Rl DESCRIPTION/INTERPRETATION 22.7 70.6 23.0 86.1 21.2 87.9 20.2 93.3 CL TOPSOIL: \Light brown to gray, damp, stiff sandy CLAY with scattered roots. POINT LOMA FORMATION: Light brownish gray, damp, moderately indurated sandy CLAYSTONE with iron oxide staining. Minor caliche increasing with depth. Total Depth = 16.5 feet. Groundwater not encountered during drilling. Backfilled and patched on 11/17/03. BORING LOG £L CAMflN'O REAL WIDEmNG PRO1ECT CAW^BAD, CALIFORNIA PROJECT NO. 10511300! DATE 12/03 FIGURE A-5 Ei Camino Real Widening December 5, 2003 Project tfo. 105113001 APPENDIX B LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488-00. Soil classifications are indicated on the logs of the exploratory excavations in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the ex- ploratory excavations were evaluated in general accordance with ASTM D 2937-00. The test results are presented on the logs of the exploratory excavations in Appendix A. Gradation Analysis Gradation analysis testing was performed on a selected representative soil sample in general ac- cordance with ASTM D 422-63. The grain-size distribution curve is shown on Figure B-l. These test results were utilized in evaluating the soil classifications in accordance with the Unified Soil Classification System. Atterberg Limits Tests were performed on selected representative fine-grained soil samples to evaluate the liquid limit, plastic limit, and plasticity index in general accordance with ASTM D 4318-00. These test results were utilized to evaluate the soil classification in accordance with the Unified Soil Classi- fication System. The test results and classifications are shown on Figure B-2. Consolidation Tests Consolidation tests were performed on selected relatively undisturbed soil samples in general accordance with ASTM D 2435-96. The samples were inundated during testing to represent ad- verse field conditions. The percent of consolidation for each load cycle was recorded as a ratio of the amount of vertical compression to the original height of the sample. The results of the test are summarized on Figure B-3. Shear Strength Tests Shear strength tests were performed on an undisturbed sample in general accordance with ASTM D 3080-98 to evaluate the shear strength characteristics of selected materials. The samples were inundated during shearing to represent adverse field conditions. The results are shown on Figure B-4. GRAVEL Coarse j Fine SAND Coarse Medium | Fine FINES Silt Clay U.S. STANDARD SIEVE NUMBERS 1-W 1" W 1/T 3!tf 1 8 16 HYDROMETER 30 50 100 200 GRAIN SIZE iN MILOMETERS Symbol • Hole No. B-2 Depth (ft) 0.0-3.0 Liquid Limit -- Plastic Limit - Plasticity Index - D10 - DM - D«, - Cu - cc - Passing No. 200 (%) 34 US.C.S SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422-63 GRADATION TEST RESULTS EJ Camino Real Widening Carlsbad, California (PROJECT NO. 105113001 DATE "\ 12/03 J SYMBOL • LOCATION B-1 DEPTH (FT) 0.0-3.0 11 (%) 56 PL {%) 20 Pi <%) 36 U.S.C.S. CLASSIFICATION (Minus No. 40 Steve Fraction) CH U.S.C.S. (Entire Sample) CH NP - Indicates non-plastic 70 60 50 40 o CO 30 20 10 '^s* / J*L / MLS / CL X ^MLS / SX ,OL / • X / CH XI /r MH _>X &OH X 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT (LL), % PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 4318-00 ATTERBERG LIMITS TEST RESULTS El Camino Real Widening Carlsbad, California r PROJECT NO. V 105113001 DATE "\ 12/03 J ATTER8ERG1 0.1 STRESS IN KIPS PER SQUARE FOOT 1.0 10.0 100.0 EXPANSIONICKNESS-PERCENT OF SAMPLECONSOLIDATI- - -A- Seating Cycle Loading Prior to Inundation Loading After Inundation Rebound Cycle Boring No. B-1 Depth (ft) 2.0-3.5 SoiiType CH PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2435-95 CONSOLIDATION TEST RESULTS El Camino Real Widening Carlsbad, California r PROJECT NO, ^ 105113001 DATE "S 12/03 J CORROSIViTY TEST RESULTS SAMPLE LOCATION B-1 B-3 SAMPLE DEPTH (FT) 0.0-5.0 0.0-5.0 pH* 6.6 7.8 RESISTIVITY* (ohm-cm) 310 360 WATER-SOLUBLE SULFATE CONTENT IN SOIL " (%) 0.20 0.056 CHLORIDE CONTENT "* (ppm) 850 475 * PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 643 " PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 417 *~ PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 422 CORROSIVITY TEST RESULTS Camino Real Widening Carlsbad, California r PROJECT NO. V 105113001 DATE "\ 12/03 J FIGURE B-5 R-VALUE TEST RESULTS SAMPLE LOCATION B-1 B-3 SAMPLE DEPTH <FT) 0.0-5.0 0.0-5.0 SOIL TYPE CH CL R-VALUE LESS THAN 5 LESS THAN 5 PERFORMED IN GENERAL ACCORDANCE WtTH ASTM D 2844-94 R-VALUE TEST RESULTS El Camino Real Widening Carlsbad, California r PROJECT NO. V 105113001 DATE "^ 12/03 J FIGURED B-6 J El Camino Real Widening December 5, 2003 Project No, 105113001 APPENDIX C TYPICAL EARTHWORK GUIDELINES El Camino Real Widening December 5,2003 Project No. 105113001 TABLE OF CONTENTS 1. GENERAL 1 2. OBLIGATIONS OF PARTIES , 2 3. SITE PREPARATION 3 4. REMOVALS AND EXCAVATIONS ,.4 5. COMPACTED FILL ,.. 5 6. OVERSIZED MATERIAL. ...7 7. SLOPES..... 8 8. TRENCH BACKFILL , 11 9. DRAINAGE .,., ..13 10. SITE PROTECTION 14 11. DEFINITIONS OF TERMS 16 Figures Figure A - Fill Slope Over Natural Ground or Cut Figure B - Transition and Undercut Lot Details Figure C - Canyon Subdrain Detail Figure D - Oversized Rock Placement Detail Figure E - Slope Drainage Detail Figure F - Shear Key Detail Figure G - Drain Detail 105! I JOOt earthworks doc El Cami.no Real Widening December 5, 2003 Project No. 105113001 TYPICAL EARTHWORK GUIDELINES 1. GENERAL These guidelines and the standard details attached hereto are presented as general procedures for earthwork construction. They are to be utilized in conjunction with the project grading plans. These guidelines are considered a part of the geotechnical report, but are superseded by recommendations in the geotechnical report in the case of conflict. Evaluations performed by the consultant during the course of grading may result in new recommendations which could super- sede these specifications and/or the recommendations of the geotechnical report. It is the responsibility of the contractor to read and understand these guidelines as well as the geotechni- cal report and project grading plans. 1.1. The contractor shall not vary from these guidelines without prior recommendations by the geotechnical consultant and the approval of the client or the client's author- ized representative. Recommendations by the geotechnical consultant and/or client shall not be considered to preclude requirements for approval by the jurisdictional agency prior to the execution of any changes. ! .2, The contractor shall perform the grading operations in accordance with these speci- fications, and shall be responsible for the quality of the finished product notwithstanding the fact that grading work will be observed and tested by the geo- technical consultant. 1.3. It is the responsibility of the grading contractor to notify the geotechnical consult- ant and the jurisdictional agencies, as needed, prior to the start of work at the site and at any time that grading resumes after interruption. Each step of the grading operations shall be observed and documented by the geotechnical consultant and, where necessary, reviewed by the appropriate jurisdictional agency prior to pro- ceeding with subsequent work. 1.4. If, during the grading operations, geotechnical conditions are encountered which were not anticipated or described in the geotechnical report, the geotechnical con- sultant shall be notified immediately and additional recommendations, if applicable, may be provided. 1.5. An as-graded report shall be prepared by the geotechnical consultant and signed by a registered engineer and registered engineering geologist. The report documents the geotechnical consultants' observations, and field and laboratory test results, and !OSlt3CKM carttMortaiitoc El Camino Real Widening December 5, 2003 Project No. 105113001 provides conclusions regarding whether or not earthwork construction was per- formed in accordance with the geotechnical recommendations and the grading plans. Recommendations for foundation design, pavement design, subgrade treat- ment, etc., may also be included in the as-graded report. 1.6. For the purpose of evaluating quantities of materials excavated during grading and/or locating the limits of excavations, a licensed land surveyor or civil engineer shall be retained, 1.7. Definitions of terms utilized in the remainder of these specifications have been provided in Section 11. 2. OBLIGATIONS OF PARTIES The parties involved in the projects earthwork activities shall be responsible as outlined in the following sections. 2.1. The client is ultimately responsible for the aspects of the project. The client or the client's authorized representative has a responsibility to review the findings and recommendations of the geotechnical consultant. The client shall authorize the con- tractor and/or other consultants to perform work and/or provide services. During grading the client or the client's authorized representative shall remain on site or remain reasonably accessible to the concerned parties to make the decisions that may be needed to maintain the flow of the project. 2.2. The contractor is responsible for the safety of the project and satisfactory comple- tion of grading and other associated operations, including, but not limited to, earthwork in accordance with the project plans, specifications, and jurisdictional agency requirements, During grading, the contractor or the contractor's authorized representative shall remain on site. The contractor shall further remain accessible during non-working hours times, including at night and during days off, 2.3. The geotechnical consultant shall provide observation and testing services and shall make evaluations to advise the client on geotechnical matters. The geotechnical consultant shall report findings and recommendations to the client or the client's authorized representative. 2.4. Prior to proceeding with any grading operations, the geotechnical consultant shall be notified two working days in advance to schedule the needed observation and testing services. 10511300! caifwarfe doc El Camino Real Widening December 5, 2003 Project No. 105113001 2.4.1. Prior to any significant expansion or reduction in the grading operation, the geotechnical consultant shall be provided with two working days notice to make appropriate adjustments in scheduling of on-site personnel. 2.4.2. Between phases of grading operations, the geotechnical consultant shall be provided with two working days notice in advance of commencement of ad- ditional grading operations. 3, SITE PREPARATION Site preparation shall be performed in accordance with the recommendations presented in the following sections. 3.1. The client, prior to any site preparation or grading, shall arrange and attend a pre-grading meeting between the grading contractor, ihe design engineer, the geo- technical consultant, and representatives of appropriate governing authorities, as well as any other involved parties. The parties shall be given two working days no- tice. 3.2. Clearing and grubbing shall consist of the substantial removal of vegetation, brush, grass, wood, stamps, trees, tree roots greater than 1/2-inch in diameter, and other deleterious materials from the areas to be graded. Clearing and grubbing shall ex- tend to the outside of the proposed excavation and fill areas. 3.3. Demolition in the areas to be graded shall include removal of building structures, foun- dations, reservoirs, utilities (including underground pipelines, septic tanks, leach fields, seepage pits, cisterns, etc.), and other manmade surface and subsurface improvements, and the backfilling of mining shafts, tunnels and surface depressions. Demolition of utilities shall include capping or rerouting of pipelines at the project perimeter, and abandonment of wells in accordance with the requirements of the governing authorities and the recommendations of ihe geotechnical consultant at the time of demolition. 3.4. The debris generated during clearing, grubbing and/or demolition operations shall be removed from areas to be graded and disposed of off site at a legal dump site. Clearing, grubbing, and demolition operations shall be performed under the observation of the geotechnical consultant. 3.5. The ground surface beneath proposed fill areas shall be stripped of loose or unsuit- able soil. These soils may be used as compacted fill provided they are generally free of organic or other deleterious materials and evaluated for use by the geotech- nical consultant. The resulting surface shall be evaluated by the geotechnical consultant prior to proceeding. The cleared, natural ground surface shall be scari- 105113091 canhwwks doc El Camino Real Widening December 5, 2003 Project No. 105113001 fied to a depth of approximately 8 inches, moisture conditioned, and compacted in accordance with the specifications presented in Section 5, of these guidelines. 3.6. Where fills are to he constructed on hillsides or slopes, topsail, slope wash, collu- vium, and other materials deemed unsuitable shall be removed. Where the exposed slope is steeper than 5 horizontal units to 1 vertical unit, or where recommended by the geotechnical consultant, the slope of the original ground on which the fill is to be placed shall be benched and a key as shown on Figure A of this document shall be provided by the contractor in accordance with the specifications presented in Section 7. of this document. The benches shall extend into the underlying bedrock or, where bedrock is not present, into suitable compacted fill as evaluated by the geotechnical consultant. 4. REMOVALS AND EXCAVATIONS Removals and excavations shall be performed as recommended in the following sections. 4.1. Removals 4.1.1. Materials which are considered unsuitable shall be excavated under the ob- servation of the geotechnical consultant in accordance with the recommendations contained herein. Unsuitable materials include, but may not be limited to, dry, loose, soft, wet, organic, compressible natural soils, frac- tured, weathered, soft bedrock, and undocumented or otherwise deleterious fill materials. 4.1.2. Materials deemed by the geotechnical consultant to be unsatisfactory due to moisture conditions shall be excavated in accordance with the recommenda- tions of the geotechnical consultant, watered or dried as needed, and mixed to a generally uniform moisture content in accordance with the specifications presented in Section 5. of this document. 4.2. Excavations 4.2.1. Temporary excavations no deeper than 5 feet in firm fill or natural materials may be made with vertical side slopes. To satisfy CAL OSHA requirements, any excavation deeper than 5 feet shall be shored or laid back at a 1:1 inclina- tion or flatter, depending on material type, if construction workers are to enter the excavation. 105! 13001 earthwork! El Camino Real Widening December 5, 2003 Project No. 105113001 5. COMPACTED FILL Fill shall be constructed as specified below or by other methods recommended by the geotechni- cal consultant. Unless otherwise specified, fill soils shall be compacted to 90 percent or greater relative compaction, as evaluated in accordance with ASTM Test Method D 1557-00. 5.1. Prior to placement of compacted fill, the contractor shall request an evaluation of the exposed ground surface by the geotechnical consultant. Unless otherwise rec- ommended, the exposed ground surface shall then be scarified to a depth of approximately 8 inches and watered or dried, as needed, to achieve a generally uni- form moisture content at or near the optimum moisture content. The scarified materials shall then be compacted to 90 percent or greater relative compaction. The evaluation of compaction by the geotechnical consultant shall not be considered to preclude any requirements for observation or approval by governing agencies. It is the contractor's responsibility to notify the geotechnical consultant and the appro- priate governing agency when project areas are ready for observation, and to provide reasonable time for that review. 5.2. Excavated on-site materials which are in general compliance with the recommenda- tions of the geotechnical consultant may be utilized as compacted fill provided they are generally free of organic or other deleterious materials and do not contain rock fragments greater than 6 inches in dimension. During grading, the contractor may encounter soil types other than those analyzed during the preliminary geotechnical study. The geotechnical consultant shall be consulted to evaluate the suitability of any such soils for use as compacted fill. 5.3. Where imported materials are to be used on site, the geotechnical consultant shall be notified three working days in advance of importation in order that it may sam- ple and test the materials from the proposed borrow sites. No imported materials shall be delivered for use on site without prior sampling, testing, and evaluation by the geotechnical consultant. 5.4. Soils imported for on-site use shall preferably have very low to low expansion po- tential (based on UBC Standard 18-2 test procedures). Lots on which expansive soils may be exposed at grade shall be undercut 3 feet or more and capped with very low to low expansion potential fill. Details of the undercutting are provided in the Transition and Undercut Lot Details, Figure B of these guidelines. In the event expansive soils are present near the ground surface, special design and construction considerations shall be utilized in general accordance with the recommendations of the geotechnical consultant. 5.5. Fill materials shall be moisture conditioned to near optimum moisture content prior to placement. The optimum moisture content will vary with material type and other ICSMJOOI earihwarks.doc El Camino Real Widening December 5, 2003 Project No. 105113001 factors. Moisture conditioning of fill soils shall be generally uniform in the soil mass. 5.6. Prior to placement of additional compacted fill material following a delay in the grading operations, the exposed surface of previously compacted fill shall be pre- pared to receive fill. Preparation may include scarification, moisture conditioning, and recompaction. 5.7. Compacted fill shall be placed in horizontal lifts of approximately 8 inches in loose thickness. Prior to compaction, each lift shall be watered or dried as needed to achieve near optimum moisture condition, mixed, and then compacted by mechani- cal methods, using sheepsfoot rollers, multiple-wheel pneumatic-tired rollers, or other appropriate compacting rollers, to the specified relative compaction. Succes- sive lifts shall be treated in a like manner until the desired finished grades are achieved. 5.8. Fill shall be tested in the field by the geotechnical consultant for evaluation of gen- eral compliance with the recommended relative compaction and moisture conditions. Field density testing shall conform to ASTM D 1556-00 (Sand Cone method), D 2937-00 (Drive-Cylinder method), and/or D 2922-96 and D 3017-96 (Nuclear Gauge method). Generally, one test shall be provided for approximately every 2 vertical feet of fill placed, or for approximately every 1000 cubic yards of fill placed. In addition, on slope faces one or more tests shall be taken for approxi- mately every 10,000 square feet of slope face and/or approximately every 10 vertical feet of slope height. Actual test intervals may vary as field conditions dic- tate. Fill found to be out of conformance with the grading recommendations shall be removed, moisture conditioned, and compacted or otherwise handled to accom- plish general compliance with the grading recommendations. 5.9. The contractor shall assist the geotechnical consultant by excavating suitable test pits for removal evaluation and/or for testing of compacted fill. 5.10. At the request of the geotechnical consultant, the contractor shall "shut down" or restrict grading equipment from operating in the area being tested to provide ade- quate testing time and safety for the field technician. 5.11. The geotechnical consultant shall maintain a map with the approximate locations of field density tests. Unless the client provides for surveying of the test locations, the locations shown by the geotechnical consultant will be estimated. The geotechnical consultant shall not be held responsible for the accuracy of the horizontal or verti- cal location or elevations. 5.12. Grading operations shall be performed under the observation of the geotechnical consultant. Testing and evaluation by the geotechnical consultant does not preclude the need for approval by or other requirements of the jurisdictional agencies. 3051 §30Oi El Carnino Real Widening December 5, 2003 Project No. 105113001 5.13. Fill materials shall not be placed, spread or compacted during unfavorable weather conditions. When work is interrupted by heavy rains, the filling operation shall not be resumed until tests indicate that moisture content and density of the fill meet the project specifications. Regrading of the near-surface soil may be needed to achieve the specified moisture content and density. 5.14. Upon completion of grading and termination of observation by the geotechnical consultant, no further filling or excavating, including that planned for footings, foundations, retaining walls or other features, shall be performed without the in- volvement of the geotechnical consultant. 5.15. Fill placed in areas not previously viewed and evaluated by the geotechnical con- sultant may have to be removed and recompacted at the contractor's expense. The depth and extent of removal of the unobserved and undocumented fill will be de- cided based upon review of the field conditions by the geotechnical consultant. 5.16. Off-site fill shall be treated in the same manner as recommended in these specifica- tions for on-site fills. Off-site fill subdrains temporarily terminated (up gradient) shall be surveyed for future locating and connection. 5.17. Prior to placement of a canyon fill, a subdrain shall be installed in bedrock or com- pacted fill along the approximate alignment of the canyon bottom if recommended by the geotechnical consultant. Details of subdrain placement and configuration have been provided in the Canyon Subdrain Detail, Figure C, of these guidelines. 5.18. Transition (cut/fill) lots shall generally be undercut 3 feet or more below finished grade to provide a generally uniform thickness of fill soil in the pad area. Where the depth of fill on a transition lot greatly exceeds 3 feet, overexcavation may be in- creased at the discretion of the geotechnical consultant. Details of the undercut for transition lots are provided in the Transition and Undercut Lot Detail, Figure B, of these guidelines. 6 OVERSIZED MATERIAL Oversized material shall be placed in accordance with the following recommendations. 6.1. During the course of grading operations, rocks or similar irreducible materials greater than 6 inches in dimension (oversized material) may be generated. These materials shall not be placed within the compacted fill unless placed in general ac- cordance with the recommendations of the geotechnical consultant. 6.2. Where oversized rock (greater than 6 inches in dimension) or similar irreducible material is generated during grading, it is recommended, where practical, to waste such material off site, or on site in areas designated as "nonstructural rock disposal El Camino Real Widening December 5, 2003 Project No. 105113001 areas." Rock designated for disposal areas shall be placed with sufficient sandy soil to generally fill voids. The disposal area shall be capped with a 5-foot thickness of fill which is generally free of oversized material, 6.3. Rocks 6 inches in dimension and smaller may be utilized within the compacted fill, provided they are placed in such a mariner that nesting of rock is not permitted. Fill shall be placed and compacted over and around the rock. The amount of rock greater than 3/4-inch in dimension shall generally not exceed 40 percent of the total dry weight of the fill mass, unless the fill is specially designed and constructed as a "rock fill." 6.4. Rocks or similar irreducible materials greater than 6 inches but less than 4 feet in dimension generated during grading may be placed in windrows and capped with finer materials in accordance with the recommendations of the geotechnical con- sultant, the approval of the governing agencies, and the Oversized Rock Placement Detail, Figure D, of these guidelines. Selected native or imported granular soil (Sand Equivalent of 30 or higher) shall be placed and flooded over and around the windrowed rock such that voids are filled. Windrows of oversized materials shall be staggered so that successive windrows of oversized materials are not in the same vertical plane. Rocks greater than 4 feet in dimension shall be broken down to 4 feet or smaller before placement., or they shall be disposed of off site. 7. SLOPES The following sections provide recommendations for cut and fill slopes. 7.1. Cut Slopes 7.1.3. Unless otherwise recommended by the geotechnical consultant and accepted by the building official, permanent cut slopes shall not be steeper than 2:1 (horizontal ivertical). The recommended height of a cut slope shall be evalu- ated by the geotechnical consultant. Slopes in excess of 30 feet high shall be provided with terrace drains (swales) in accordance with the recommenda- tions presented in the Uniform Building Code, Section 3315 and the details provided in Figure E of these guidelines. 7.1.2. The geotechnical consultant shall observe cut slopes during excavation. The geotechnical consultant shall be notified by the contractor prior to beginning slope excavations, 7.1.3. If excavations for cut slopes expose loose, cohesionless, significantly frac- tured, or otherwise unsuitable materials, overexcavation of the unsuitable material and replacement with a compacted stabilization fill shall be evalu- ated and may be recommended by the geotechnical consultant. Unless 105It.WO! El Camino Real Widening December 5, 2003 Project No. 105113001 otherwise specified by the geotechnical consultant, stabilization fill construc- tion shall be in general accordance with the details provided on Figure F of these guidelines. 7.1.4. If, during the course of grading, adverse or potentially adverse geotechnical conditions are encountered in the slope which were not anticipated in the pre- liminary evaluation report, the geotechnical consultant shall evaluate the conditions and provide appropriate recommendations. 7.2. Fill Slopes 7.2.1. When placing fill on slopes steeper than 5:1 (horizontakvertical), topsoil, slope wash, colluviura, and other materials deemed unsuitable shall be re- moved. Near-horizontal keys and near-vertical benches shall be excavated into sound bedrock or firm fill material, in accordance with the recommenda- tion of the geotechnical consultant. Keying and benching shall be accomplished in general accordance with the details provided on Figure A of these guidelines. Compacted fill shall not be placed in an area subsequent to keying and benching until the area has been observed by the geotechnical consultant. Where the natural gradient of a slope is less than 5:1, benching is generally not recommended. However, fill shall not be placed on compressi- ble or otherwise unsuitable materials left on the slope face. 7.2.2. Within a single fill area where grading procedures dictate two or more sepa- rate fills, temporary slopes (false slopes) may be created. When placing fill adjacent to a temporary slope, benching shall be conducted in the manner de- scribed in Section 7.2.1. A 3-foot or higher near-vertical bench shall be excavated into the documented fill prior to placement of additional fill. 7.2.3. Unless otherwise recommended by the geotechnical consultant and by the building official, permanent fill slopes shall not be steeper than 2:1 (horizon- tahvertical). The height of a fill slope shall be evaluated by the geotechnical consultant. Slopes in excess of 30 feet high shall be provided with terrace drains (swales) and backdrains in accordance with the recommendations pre- sented in the Uniform Building Code, Section 3315 and the details provided in Figure E of these guidelines. 7.2.4. Unless specifically recommended otherwise, compacted fill slopes shall be overbuilt and cut back to grade, exposing firm compacted fill. The actual amount of overbuilding may vary as field conditions dictate, if the desired re- sults are not achieved, the existing slopes shall be overexcavated and reconstructed in accordance with the recommendations of the geotechnical consultant. The degree of overbuilding may be increased until the desired compacted slope face condition is achieved. Care shall be taken by the con- El Camino Real Widening December 5, 2003 Project No. 105113001 tractor to provide mechanical compaction as close to the outer edge of the overbuilt slope surface as practical. 7.2.5. If access restrictions, property line location, or other constraints limit over- building and cutting back of the slope face, an alternative method for compaction of the slope face may be attempted by conventional construction procedures including backrolling at intervals of 4 feet or less in vertical slope height, or as dictated by the capability of the available equipment, whichever is less. Fill slopes shall be backrolled utilizing a conventional sheeps foot-type roller. Care shall be taken to maintain the specified moisture condi- tions and/or reestablish the same, as needed, prior to backrolling.. 7.2.6. The placement, moisture conditioning and compaction of fill slope materials shall be done in accordance with the recommendations presented in Sec- tion 5. of these guidelines. 7.2.7. The contractor shall be ultimately responsible for placing and compacting the soil out to the slope face to obtain a relative compaction of 90 percent or greater as evaluated by ASTM D 1557-00 and a moisture content in accor- dance with Sections. The geotechnical consultant shall perform field moisture and density tests at intervals of one test for approximately every 10,000 square feet of slope face and/or approximately every 10 feet of verti- cal height of slope. 7.2.8. Backdrains shall be provided in fill slopes in accordance with the details pre- sented on Figure A of these guidelines, or as recommended by the geotechnical consultant. 7.2.9. Fill shall be compacted prior to placement of survey stakes. This is particu- larly important on fill slopes. Slope stakes shall not be placed until the slope is compacted and tested. If a slope face fill does not meet me recommenda- tions presented in this specification, it shall be recognized that stakes placed prior to completion of the recompaction effort will be removed and/or demol- ished at such time as the compaction procedures resume. 7.3. Top-of-Slope Drainage 7.3.1. For pad areas above slopes, positive drainage shall be established away from the top of slope. This may be accomplished utilizing a berm and pad gradient of 2 percent or steeper at the top-of-slope areas. Site runoff shall not be per- mitted to flow over the tops of slopes. 7.3.2. Gunite-lined brow ditches shall be placed at the top of cut slopes to redirect surface runoff away from the slope face where drainage devices are not oth- erwise provided. 10 El Camino Real Widening December 5, 2003 Project No. 105113001 7.4. Slope Maintenance 7.4.1. In order to enhance surficial slope stability, slope planting shall be accom- plished at the completion of grading. Slope plants shall consist of deep- rooting, variable root depth, drought-tolerant vegetation. Native vegetation is generally desirable. Plants native to semiarid and arid areas may also be ap- propriate. Large-leafed ice plant should not be used on slopes. A landscape architect shall be consulted regarding the actual types of plants and planting configuration to be used. 7.4.2. Irrigation pipes shall be anchored to slope faces and not placed in trenches excavated into slope faces. Slope irrigation shall be maintained at a level just sufficient to support plant growth. Property owners shall be made aware that over watering of slopes is detrimental to slope stability. Slopes shall be moni- tored regularly and broken sprinkler heads and/or pipes shall be repaired immediately. 7.4.3. Periodic observation of landscaped slope areas shall be planned and appropri- ate measures taken to enhance growth of landscape plants. 7.4.4. Graded swales at the top of slopes and terrace drains shall be installed and the property owners notified that the drains shall be periodically checked so that they may be kept clear. Damage to drainage improvements shall be repaired immediately. To reduce siltation, terrace drains shall be constructed at a gra- dient of 3 percent or steeper, in accordance with the recommendations of the project civil engineer. 7.4.5. If slope failures occur, the geotechnical consultant shall be contacted immedi- ately for field review of site conditions and development of recommendations for evaluation and repair. 8, TRENCH BACKFILL The following sections provide recommendations for backfilling of trenches. 8.1. Trench backfill shall consist of granular soils (bedding) extending from the trench bottom to 1 or more feet above the pipe. Qn-site or imported fill which has been evaluated by the geotechnical consultant may be used above the granular backfill. The cover soils directly in contact with the pipe shall be classified as having a very low expansion potential, in accordance with UBC Standard 18-2, and shall contain no rocks or chunks of hard soil larger than 3/4-inch in diameter. 8.2. Trench backfill shall, unless otherwise recommended, be compacted by mechanical means to 90 percent or greater relative compaction as evaluated in accordance with earthworks<bc 11 El Camino Real Widening December 5,2003 Project No. 105113001 ASTM D 1557-00. Backfill soils shall be placed in loose lifts 8-inches thick or thinner, moisture conditioned, and compacted in accordance with the recommenda- tions of Section 5. of these guidelines. The backfill shall be tested by the geotechnical consultant at vertical intervals of approximately 2 feet of backfill placed and at spacings along the trench of approximately 100 feet in the same lift. 8.3. Jetting of trench backfill materials is generally not a recommended method of den- sification, unless the on-site soils are sufficiently free-draining and provisions have been made for adequate dissipation of the water utilized in the jetting process. 8.4. If it is decided that jetting may be utilized, granular material with a sand equivalent greater than 30 shall be used for backfilling in the areas to be jetted. Jetting shall generally be considered for trenches 2 feet or narrower in width and 4 feet or shal- lower in depth. Following jetting operations, trench backfill shall be mechanically compacted to the specified compaction to finish grade. 8.5. Trench backfill which underlies the zone of influence of foundations shall be me- chanically compacted to 90 percent or greater relative compaction, as evaluated in accordance with ASTM D 1557-00. The zone of influence of the foundations is generally defined as the roughly triangular area within the limits of a 1:1 projection from the inner and outer edges of the foundation, projected down and out from both edges. 8.6. Trench backfill within slab areas shall be compacted by mechanical means to a relative compaction of 90 percent or greater relative compaction, as evaluated in accordance with ASTM D 1557-00. For minor interior trenches, density testing may be omitted or spot testing may be performed, as deemed appropriate by the geotechnical consultant. 8.7. When compacting soil in close proximity to utilities, care shall be taken by the grading contractor so that mechanical methods used to compact the soils do not damage the utilities. If the utility contractors indicate that it is undesirable to use compaction equipment in close proximity to a buried conduit, then the grading con- tractor may elect to use light mechanical compaction equipment or, with the approval of the geotechnical consultant, cover the conduit with clean granular ma- terial. These granular materials shall be jetted in place to the top of the conduit in accordance with the recommendations of Section 8.4 prior to initiating mechanical compaction procedures. Other methods of utility trench compaction may also be appropriate, upon review by the geotechnical consultant and the utility contractor, at the time of construction. 8.8. Clean granular backfill and/or bedding materials are not recommended for use in slope areas unless provisions are made for a drainage system to mitigate the poten- tial for buildup of seepage forces or piping of backfill materials. 1 OSH 3001 12 El Caniino Real Widening December 5, 2003 Project No. 105113001 8.9. The contractor shall exercise the specified safety precautions, in accordance with OSHA Trench Safety Regulations, while conducting trenching operations. Such precautions include shoring or laying back trench excavations at 1:1 or flatter, de- pending on material type, for trenches in excess of 5 feet in depth. The geotechnical consultant is not responsible for the safety of trench operations or stability of the trenches. 9. DRAINAGE The following sections provide recommendations pertaining to site drainage. 9.1. Canyon subdrain systems recommended by the geotechnical consultant shall be in- stalled in accordance with the Canyon Subdrain Detail, Figure C, provided in these guidelines. Canyon subdrains shall be installed to conform to the approximate alignment and details shown on project plans. The actual subdrain location shall be evaluated by the geotechnical consultant in the field during grading. Materials specified in the attached Canyon Subdrain Detail shall not be changed or modified unless so recommended by the geotechnical consultant. Subdrains shall be sur- veyed by a licensed land surveyor/civil engineer for line and grade after installation. Sufficient time shall be allowed for the surveys prior to commence- ment of filling over the subdrains. 9.2. Typical backdrains for stability, side hill, and shear key fills shall be installed in accordance with the details provided on Figure A, Figure F, and Figure G of these guidelines. 9.3. Roof, pad, and slope drainage shall be such that it is away from slopes and struc- tures to suitable discharge areas by nonerodible devices (e.g., gutters, downspouts, concrete swales, etc.). 9.4. Positive drainage adjacent to structures shall be established and maintained. Posi- tive drainage may be accomplished by providing drainage away from the foundations of the structure at a gradient of 2 percent or steeper for a distance of 5 feet or more outside the building perimeter, further maintained by a graded swale leading to an appropriate outlet, in accordance with the recommendations of the project civil engineer and/or landscape architect. 9.5. Surface drainage on the site shall be provided so that water is not permitted to pond. A gradient of 2 percent or steeper shall be maintained over the pad area and drainage patterns shall be established to remove water from the site to an appropri- ate outlet. 9.6. Care shall be taken by the contractor during finish grading to preserve any berms, drainage terraces, interceptor swales or other drainage devices of a permanent na- 105M300I «ntfc*«rtu.<tec El Camino Real Widening December 5, 2003 Project No. 105113001 ture on or adjacent to the property. Drainage patterns established at the time of fin- ish grading shall be maintained for the life of the project. Property owners shall be made very clearly aware that altering drainage patterns may be detrimental to slope stability and foundation performance. 10. SITE PROTECTION The site shall be protected as outlined in the following sections, 10.L Protection of the site during the period of grading shall be the responsibility of the contractor unless other provisions are made in writing and agreed upon among the concerned parties. Completion of a portion of the project shall not be considered to preclude that portion or adjacent areas from the need for site protection, until such time as the project is finished as agreed upon by the geotechnical consultant, the client, and the regulatory agency. 10.2. The contractor is responsible for the stability of temporary excavations. Recom- mendations by the geotechnical consultant pertaining to temporary excavations are made in consideration of stability of the finished project and, therefore, shall not be considered to preclude the responsibilities of the contractor. Recommendations by the geotechnical consultant shall also not be considered to preclude more restrictive requirements by the applicable regulatory agencies. 10.3. Precautions shall be taken during the performance of site clearing, excavation, and grading to protect the site from flooding, ponding, or inundation by surface runoff. Temporary provisions shall be made during the rainy season so that surface runoff is away from and off the working site. Where low areas cannot be avoided, pumps shall be provided to remove water as needed during periods of rainfall. 10.4. During periods of rainfall, plastic sheeting shall be used as needed to reduce the po- tential for unprotected slopes to become saturated. Where needed, the contractor shall install check dams, desilting basins, riprap, sandbags or other appropriate de- vices or methods to reduce erosion and provide the recommended conditions during inclement weather. 10.5. During periods of rainfall, the geotechnical consultant shall be kept informed by the contractor of the nature of remedial or precautionary work being performed on site (e.g., pumping, placement of sandbags or plastic sheeting, other labor, dozing, etc.). 10.6. Following periods of rainfall, the contractor shall contact the geotechnical consult- ant and arrange a walk-over of the site in order to visually assess rain-related damage. The geotechnical consultant may also recommend excavation and testing in order to aid in the evaluation. At the request of the geotechnical consultant, the i05H300i e 14 El Carnino Real Widening December 5,2003 Project No. 105113001 contractor shall make excavations in order to aid in evaluation of the extent of rain-related damage. 10.7. Rain- or irrigation-related damage shall be considered to include, but may not be limited to, erosion, silting, saturation, swelling, structural distress, and other ad- verse conditions noted by the geotechnical consultant. Soil adversely affected shall be classified as "Unsuitable Material" and shall be subject to overexcavation and replacement with compacted fill or to other remedial grading as recommended by the geotechnical consultant. 10.8. Relatively level areas where saturated soils and/or erosion gullies exist to depths greater than 1 foot shall be overexcavated to competent materials as evaluated by the geotechnical consultant. Where adverse conditions extend to less than 1 foot in depth, saturated and/or eroded materials may be processed in-place. Overexcavated or in-place processed materials shall be moisture conditioned and compacted in ac- cordance with the recommendations provided in Section 5, If the desired results are not achieved, the affected materials shall be overexcavated, moisture conditioned, and compacted until the specifications are met. 10.9. Slope areas where saturated soil and/or erosion gullies exist to depths greater than 1 foot shall be overexcavated and replaced as compacted fill in accordance with the applicable specifications. Where adversely affected materials exist to depths of 1 foot or less below proposed finished grade, remedial grading by moisture condi- tioning in-place and compaction in accordance with the appropriate specifications may be attempted. If the desired results are not achieved, the affected materials shall be overexcavated, moisture conditioned, and compacted until the specifica- tions are met. As conditions dictate, other slope repair procedures may also be recommended by the geotechnical consultant. 10.10. During construction, the contractor shallgrade the site to provide positive drainage away from structures and to keep water from ponding adjacent to structures. Water shall not be allowed to damage adjacent properties. Positive drainage shall be main- tained by the contractor until permanent drainage and erosion reducing devices are installed in accordance with project plans. I05U30S1 amhwarki.doc 15 El Camino Real Widening December 5, 2003 Project No. 105113001 11. DEFINITIONS OF TERMS ALLUVIUM: AS-GRADED (AS-BUILT): BACKCUT: BACKDRAIN: BEDROCK: BENCH: BORROW (IMPORT): BUTTRESS FILL- CIVIL ENGINEER: CLIENT: COLLUVIUM: COMPACTION: Unconsolidated detrital deposits deposited by flowing water; includes sediments deposited in river beds, canyons, flood plains, lakes, fans at the foot of slopes, and in estuaries. The site conditions upon completion of grading. A temporary construction slope at the rear of earth-retaining structures such as buttresses, shear keys, stabilization fills, or retaining walls. Generally a pipe-and-gravel or similar drainage system placed behind earth-retaining structures such as buttresses, stabilization fills, and retaining walls, Relatively undisturbed in-place rock, either at the surface or beneath surftcial deposits of soil. A relatively level step and near-vertical riser excavated into sloping ground on which fill is to be placed. Any fill material hauled to the project site from off-site areas. A fill mass, the configuration of which is designed by engi- neering calculations, to retain slopes containing adverse geologic features. A buttress is generally specified by a key width and depth and by a backcut angle. A buttress normally contains a back drainage system. The Registered Civil Engineer or consulting firm responsible for preparation of the grading plans and surveying, and evaluating as-graded topographic conditions. The developer or a project-responsible authorized represen- tative. The client has the responsibility of reviewing the findings and recommendations made by the geotechnical consultant and authorizing the contractor and/or other con- sultants to perform work and/or provide services. Generally loose deposits, usually found on the face or near the base of slopes and brought mere chiefly by gravity through slow continuous downhill creep (see also Slope Wash). The densification of a fill by mechanical means. ID 511JOO! tsrthworks.doc 16 El Camino Real Widening December 5, 2003 Project No. 105113001 CONTRACTOR: DEBRIS: ENGINEERED FILL: ENGINEERING GEOLOGIST: EROSION: EXCAVATION: EXISTING GRADE: FILL: FINISH GRADE: GEOFABRIC: GEOTECHNIC AL CONSULTANT: A person or company under contract or otherwise retained by the client to perform demolition, grading, and other site improvements. The products of clearing, grubbing, and/or demolition, or contaminated soil material unsuitable for reuse as compacted fill, and/or any other material so designated by the geotech- nical consultant. A fill which the geotechnical consultant or the consultant's representative has observed and/or tested during placement, enabling the consultant to conclude that the fill has been placed in substantial compliance with the recommendations of the geotechnical consultant and the governing agency requirements. A geologist registered by the state licensing agency who ap- plies geologic knowledge and principles to the exploration and evaluation of naturally occurring rock and soil, as re- lated to the design of civil works. The wearing away of the ground surface as a result of the movement of wind, water, and/or ice. The mechanical removal of earth materials. The ground surface configuration prior to grading; original grade. Any deposit of soil, rock, soil-rock blends, or other similar materials placed by man. The as-graded ground surface elevation that conforms to the grading plan. An engineering textile utilized in geotechnical applications such as subgrade stabilization and filtering. The geotechnical engineering and engineering geology con- sulting firm retained to provide technical services for the project. For the purpose of these specifications, observations by the geotechnical consultant include observations by the geotechnical engineer, engineering geologist and other per- sons employed by and responsible to the geotechnical consultant. 1051IMOI rathwortidoc 17 El Camino Real Widening December 5,2003 Project No. 105113001 GEOTECHNICAL ENGINEER: GRADING: LANDSLIDE DEPOSITS: OPTIMUM MOISTURE- RELATIVE COMPACTION: ROUGH GRADE: SHEAR KEY: SITE: SLOPE: SLOPE WASH: SLOUGH: SOIL: A licensed civil engineer and geotechnical engineer, regis- tered by the state licensing agency, who applies scientific methods, engineering principles, and professional experience to the acquisition, interpretation, and use of knowledge of materials of the earth's crust to the resolution of engineering problems. Geotechnical engineering encompasses many of the engineering aspects of soil mechanics, rock mechanics, geology, geophysics, hydrology, and related sciences. Any operation consisting of excavation, filling, or combina- tions thereof and associated operations. Material, often porous and of low density, produced from instability of natural or manmade slopes. The moisture content that is considered optimum to compac- tion operations. The degree of compaction (expressed as a percentage) of a material as compared to the dry density obtained from ASTM test method D 1557-00. The ground surface configuration at which time the surface elevations approximately conform to the approved plan. Similar to a subsurface buttress; however, it is generally con- structed by excavating a slot within a natural slope in order to stabilize the upper portion of the slope without encroach- ing into the lower portion of the slope. The particular parcel of land where grading is being per- formed. An inclined ground surface, the steepness of which is gener- ally specified as a ratio of horizontal units to vertical units. Soil and/or rock material that has been transported down a slope by gravity assisted by the action of water not confined to channels (see also Colluvium). Loose, uncompacted fill material generated during grading operations. Naturally occurring deposits of sand, silt, clay, etc., or com- binations thereof. 10SU3001 canhwotkvdos 18 El Camino Real Widening December 5, 2003 Project No. 105113001 STABILIZATION FILL: SUBDRAIN: TAILINGS: TERRACE: TOPSOIL: WINDROW: A fill mass, the configuration of which is typically related to slope height and is specified by the standards of practice for enhancing the stability of locally adverse conditions. A stabi- lization fill is normally specified by a key width and depth and by a backeut angle. A stabilization fill may or may not have a back drainage system specified. Generally a pipe-and-gravel or similar drainage system placed beneath a fill along the alignment of buried canyons or former drainage channels. Non-engineered fill which accumulates on or adjacent to equipment haul roads. A relatively level bench constructed on the face of a graded slope surface for drainage and maintenance purposes. The upper zone of soil or bedrock materials, which is usually dark in color, loose, and contains organic materials. A row of large rocks buried within engineered fill in accor- dance with guidelines set forth by the geotechmcal consultant. 10.5113001 earthworks.19 El Camino Real Widening December 5, 2003 Project No. 105113001 FILL SLOPE OVER NATURAL GROUND SWALE AT TOP Of SLOPE OUTLET PIPE DRAWS TO A SUITABLE OUTLET IN ACCORDANCE WTH THE RECOMMENDATIONS OF THE CIVIL ENGINEER BENCH INCLINED SLIGHTLY INTO SLOPENATURAL GROUND 8ACKORAIN AND T-eONNECTtON (SEE DRAIN DETAIL, FIGURE G) BEDROCK OR COMPETENT MATERIAL, _ AS EVALUATED BY THE GEOTECHNtCAL CONSULTANT J FILL SLOPE OVER CUT SWALE AT TOP OF SLOPE NATURAL GROUND / OUTLET PIPE DRAINS TO A SUITABLE / OUTLET IN ACCORDANCE WITH THE RECOMMENDATIONS OF THE CIVIL ENGINEER BENCH INCLINED SLIGHTLY INTO SLOPE BEDROCK OR COMPETENT MATERIAL, AS EVALUATED BY THE } GEQTECHNiCAL CONSULTANT BACXDRAIN AND T-CONKECriON (SEE DRAiN DETAIL, flGURE Q) *MMMUU KEY WWH DIMENSION. ACTUAI. W1OTH SHOULD K PBOVtOED at CWTECHNICA1. CO«Sla.tANTBASED ON eVAUJAISOM OF SHE-SPECIFIC GfOTTCHMCikL CONDITfflHS. NOTE: CUT SLOPE SHALL 6£ CONSTRUCTED PSWR TO PLACEMEKT OF nil. SLOPE ORASNAGE SHOUtD BE PKJVSDED IN ACCORDANCE WJIM RKOMMENDATtOHS PRESEKTEO ON FIGURE E NOT TO SCALE FILL SLOPE OVER NATURAL GROUND OR CUT FIGURE A (951 !30O! earJntwbt doc El Camino Real Widening December 5, 2003 Project No. 105113001 TRANSITION (CUT-FILL) LOT NATURAL GROUND itS' M!N.—I i 3' MIN, OVEREXCAVATt AND RECOMPACT BEDROCK OR COMPETENT MATERIAL, AS EVALUATED BY THE — GEQTECHNICAL CONSULTANT UNDERCUT LOT NATURAL GROUND ± 3' MIN. OVEREXCAVATE AND RECOMPACT BEDROCK OR COMPETENT MATERIAL, AS EVALUATED BY THE —- GEQTECHNICAL CONSULTANT NOTE: DIMENSIONS PROVIDED IN THE DETAILS ABOV£ ARE AWIOXIUATC AND WAV BE MODIFIED IN THf HELD BT THE CEOJECHHICAL CONSULTAHT AS CONDOTOMS DICTATE. NOT TO SCALE TRANSITION AND UNDERCUT LOT DETAILS 10S113001 eanim-wks d«. El Camino Real Widening December 5,2003 Project No. 105113001 CANYON SUBDRAIN NATURAL GROUND COMPACTED FILL SEE fieURE A FOR DETAILS OF BENCHES LOWEST BENCH INCLINED TOWARD CRASH REMOVE UNSUITABLE MATERIAL BEDROCK OR COMPETENT MATERIAL, AS EVALUATED BY THE GEOTECHNICAL CONSULTANT SUBDRAIN (SEE ORASN DETAIL, FIGURE 5) DETAJL OF CANYON SUBDRAIN TERMINATION DESIGN FINISH GRADE - SUBDRAIN PIPE OUTLET PIPE DRAINS TO A SUITABLE OUTLET IN ACCORDANCE WITH THERECOMMENDATIONS OF THE CIVIL COMPACTED FILL CUTOFF WALL CONSTRUCTED OF GROUT, CONCRETE. BENTON1TE, OR OTHER SUITABLC MATERIAL ASEVALUATED BY THE GEOTECHNICAL CONSULTANT FILTER MATERIAL 5' . MEN. -PERFORATED PIPE NOT TO SCALE CANYON SUBDRAIN DETAIL FIGURE C 165113001 ranhworks.4tx; El Camino Real Widening December 5,2003 Project No. 105113001 WINDROW SECTION 30 S.E. SOIL (FLOODED) L_ "V" OR RECTANGULAR TRENCH A. MINIMUMOF 2 FEET DEEP AND $ FEET WIDEEXCAVATED INTO COMPACTED FILL OR NATURAL GROUND PAD SECTION FINISH GRADE ZONE A MATERIAL STREET S' MIN. BEDROCK OR COMPETENT MATERIAL AS EVALUATED Bf GEOTECBNiCAL CONSULTANT ZONE A: COMPACTED FILL WITH ROCK FRAGMENTS NO CREATER THAN 6 INCHES IM DIAMETER, ZONE B: COMPACTED FILL WITH ROCK FRAGMENTS BETWEEN 6 AMD *« tHCHES »M DIAMETER WAT BE PUCEO IN. STAGGERED WINDROWS Uf> TO 100' IONS IN TMiS ZONE AND SURROUNDED BY GRANUUR SOSt (30 SAMO EQUIVALENT) DENSIflED BY ROCK FRAGMENTS LESS THAU 6 INCHES IN WAMETCR MAY BE PLACED tN COMPACTED FILL SOIL. NOTE: SLOPE DRAINAGE SWU10 BE PROVIDED IN ACCORDANCE WsTH RECOMMENDATIONS PBESEKTEO ON FIGURE E. NOT TO SCALE OVERSIZED ROCK PLACEMENT DETAIL FIGURE 0 105113SOI tanhworks.doc El Camino Real Widening December 5, 2003 Project No. 105113001 SWALE AT TOP or SLOPE BENCH INCLINED SLIGHTLY INTO SLOPE H COMPACTED FILL BEDROCK OR COMPETENT MATERIAL AS EVALUATED 8Y THE GE0TCCHNICAI CONSULTANT WHEN POSSIBLE. LOWEST BACXDRAIN SHOULD BE PLACED IN THE BASE OF KEY , (SEE DRAIN DETAIL, FIGURE G) MID-SLOPE BACKDRAW (SEE DRAIN DETAIL, FIGURE G) NON-PERFORATED OUTLET PIPE TERRACE WIDTH* REINFORCED CONCBETE- PAVED TERRACE (SWALE) MAXIMUM VERTICAL SLOPE HEIGHT. H (FEET) LESS THAN 30 60 120 GREATER THAN 1.20 * TORACE WIDTH AND LOCATION NO TERRACE REQUIRED ONE TERRACE AT LEAST 6 FEET WIDE AT MIDHEIGHT ONE TERRACE AT LEAST 12 FEET W10E AT APPROXIMATELY WDHDCHT AND 6-FOOT WIDE TERRACES CENTERED if) REMAINING SLOPES DES1GNEO BY CIVIL ENGINEER WITH APPROVAL OF GOVOWING AUTHORITIES NOTES: t. MID-SLOPE BACXSRA1N3 SHOULD St PUCED IM flU- SLOPES IX CONJUNCTION VfftH EACH TCRS*CE. 1. ttSftACES SHOtftD «*VE AT LE*St A 5-PERCENt ORAOKJIT, AHB RUH OfF SHOULD <K10 AN APPSW(«ATE SUSFJiCE SXAIMA6E CDUfCTOR. 3. TERRACES SHOULD BE CUEANED Of OEBMS AKO «(JtTAT!ON TO ALLOW WlKmRICTB) FLOWOF WATER. 4. TERRACES SHOUU) »£ KtPT W GOOD REPAIR. 5. (KFER TO U8C CHAPTER 70 FOS MJUrtlOWAL REOU1REMEOTS. NOT TO SCALE SLOPE DRAINAGE DETAL 105H ?0 El Camino Real Widening December 5, 2003 Project No. 105113001 PROPOSED GRADED SURFACE EXISTING GROUND SURFACE BENCH INCLINED SLIGHTLY INTO SLOPE {SEE FtOURE A) UNSTABLE ) MATERIAL PLANE OF WEAKNESS BEDROCK OR .- COMPETENT MATERIAL, ) \ AS EVALUATED BY THE "" GEOTECHNiCAL CONSULTANT BACKDRAIN (SEE DRAIN DETAIL FIGURE G)l_ NON-PERFORATED OUTLET PIPE MOTES: 1. THE GEFTH AND WtDW OF KEY WSU. BE PROVIDED BY THE GOmcHNIGAl CONSUUAHT B4SEO ON ANALYSIS OF Sftt-SPECIHC SEOTECMNICAL CONDITSONS. 1. AN AOOlTiONAL WID-SLOPE BACKDRAM ANB TERRACE DHAIN MAV BE RECOMMENDED FOR SLOPES OVW JO TEET HIGH. SEE SLOPE DRAINAGE DETAIL, FISUflE E. 3. SLOPE DRAINAGE SHOULD 8E PROVIBED !M ACCORGAMCE WITH RECOMMENDATIONS PRESENTED OH F1CURE E. NOT TO SCALE /y\oore SHEAR KEY DETAIL R6URE F 105! 1300! eartfc«wrt« <toc El Camino Real Widening December 5, 2003 Project No. 105113001 SUBDRAIN CONFIGURATION ALTERNATIVE A* ALTERNATIVE B FILTER MATERIAL " (9 CWStC FEET PER LINEAR FOOT)" BACKDRA1N CONFIGURATION HUES MATERIAL (3 CUBIC FEET PER LINEAR FOOT) T-CQNNECTIQN (SEE DETASL) MINrk PERFORATED PIPE INSTALLED WITH . X PERFORATION DOWN <SEE SCHEDULE BELOW) * ALTERNATIVE A SUB0RAIN CONFIGURATION HAY BE USED IN FILLS LESS THAN 25 FEET DEEP 1 PERFORATED PIPE, 4" WIN. SCHEDULE 40 PVC OR EQUIVALENT INSTALLED WtTH PERFORATIONS DOWN T-CONNECTION DETAIL PERFORATED PIPE SLOPED AT IX Ml». TOWARD OUTLET PIPE NON-PERFORATED OUTLET PIPE UP TO 100' ON CENTER HORIZONTALLY FILTER MATERIAL FILTER MATERIAL SHALL BE CUSS II PERMEABLE MATERIAL «J* STATE OF CAUFOSNtA STANDARD SPECIFICATIONS OR APPROVED ALTERNATE SEOTABRIC DRAIN SYSTEM, CLASS II GRADATIONS SIEVE SIZE PERCENT PASSING 5" 3/4" 3/8"No. 4No. 8 No. 30 No. 80 No. 200 1OD 90-IOC «l-100 25-4Q18-35 5-150-70-3 END CAP PIPE SCHEDULE PERFORATED ANp NON-PERFORATCQ WPE SHALL &t SCHEDULE 40 POLYVlNYL CHLORIDE (PVC) OR ACRYLONITRILE BUTADIENE STYRENE (ABS) OR tOUIVALENT, AND WiLL HAVE A MINIMUM CRUSHING STRENSTH OF 1006 PS) FOR DEPTHS OF FILL UP TO SO fEET. FOR DEEPER FfLLS, PERrORATED AND HON-PERFORATED PtPt SHOULD BE DESIGNED WITH ADEQUATE CRUSHING STRENGTH, THE PIPE DIAMETER WILL GENERALLY MEET THE FOLLOWING CRITERIA, BUT MAY BE MODIfiEO IN THE FIELD BY THE GEOTECHNtCAL CONSULTANT AS CONDITIONS DICTATE, THE. LENGTH OF RUN IS MEASURED FROM THE HIGHEST ELEVATION. NOTE: AS AN ALTERNATIVE THE FILTER MATERIAL MAY CONSIST OF UP TO I" OtAMETCR OPEN^GRADED GRAVEL WRAPPED IN AN APPROVED GEOFA9R1C WITH 6-INCH OR MORE OVERLAP. LENGTH OF RUN 0-500' 500-1500' > 1500" PIPE DIAMETER 4" 6" 8" NOT TO SCALE DRAIN DETAIL FIGURE S 10311300! cattmvorki <k>c of Carlsbad Public Works - Contract Administration June 18, 2008 ADDENDUM NO. 3 RE: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE AND MEDIAN IMPROVEMENTS BID NO. PWS08-36ENG, CONTRACT NO. 3843, 3920, 3920-A Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. IS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 6O2-4677 • FAX (760) 602-8562 CITY OF CARLSBAD EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS Contract Nos. 3843, 3920, 3920-A Bid No. PWS08-36ENG Addendum No. 3 From: Sherri Howard, Project Manager Phone: (760)602-2756 Fax: (760) 602-8562 No. of Pages: 7 (including this page) Date: June 19, 2008 Bid Opening Date: June 25, 2008 2:00 pm (unchanged) GENERAL INFORMATION Bidders inquiries must be received no later than noon, Friday, June 20, 2008. Bidders inquiries may be faxed to 760-602-8562, Attention Sherri Howard or by email to showa@ci.carlsbad.ca.us. CLARIFICATIONS Question: Bid Item 3-1: ARHM Overlay. Per page 113, "price to include...remove & dipose of unsuitable material & replace with aggregate base, as specified and shown on Construction Plans." Please clarify where this is specified and/or shown on Construction Plans. We believe this wording/scope of work should be deleted from this bid item description. Response: The Bid Item description has been revised in Addendum No. 3. Question: Page 93 states "No work involving traffic control between hours of 3:30 pm and 8:30 am ... Engineer will require after hours work on an interim basis ... in the intersection of El Camino Real and Faraday Ave." The cold milling, 3" grind & replace, and the ARHM Overlay to be performed in the intersection will require night work, and therefore the remaining areas on El Camino Real would be performed during the same shifts. Please confirm that the Contractor will be allowed to perform these items of work at night on El Camino Real, as well as in the intersection of Faraday. Response: The note has been revised to allow the overlay in after work hours. Reference Addendum No. 3 Contract No. 3843, 3920, 3920-A Addendum No. 3 Question: Bid Item 3-7: 3" Grind and Patch. Bid quantity is 2,350 SF. Drawing No. 406-1, sheet 10, indicates dimensions of proposed grind and patch areas that total 19,130 SF, there is over 2,350 SF indicated in the Faraday intersection alone. Please clarify why the significant quantity difference. Cost for Traffic Control is shown to be included in Item 3-3. If we include traffic control costs associated with only 2,350 SF in Item 3-3, and the quantity of 3" Grind and Patch significantly increases, how will Contractor be compensated for additional traffic control associated with the increase quantity? Response: The Bid Schedule has been reprinted as a part of this Addendum No 3 Question: Bid Item 4-3 : Remove and Replace Curb and Gutter. Bid quantity is 312 LF. Quantity per Drawing No. 406-1, sheet4, is only 88 LF. Please clarify where the additional curb and gutter to be replaced is located. Response: A note has been added to DWG 406-1, Sheet 4 as apart of Addendum No. 3. Question: 24" Transmission Line Plan Set Sheet 10. How is the 10' header cut paid? Response: The 10' header cut has been deleted from the plans as part of Addendum No. 3 Question: 24" Transmission Line Plan Set What are the limits to the 5" wide grind, section BB shows at median only, section AA shows at outside curb only. Doesn't make sense to us. Why not at all curb and gutter locations? Where does AA start if in fact you don't want all of the outside curb milled for overlay? Response: Section A is intended to represent areas of overlay adjacent to the curb. Section B represents area adjacent to the median. See Addendum No 3 for plan revisions. Question: 24" Transmission Line Plan Set 3" Grind bid qty (SCH3 item 7) is 13% of your own itemized qty's on this sheet. Please clarify. Response: The Bid Schedule has been reprinted as a part of this Addendum No 3. Question: Widening Plan Set Sheet 3. How is the Cold Mill detail of 1.5'-8.75'wide paid? You only have one Cold Mill item and it is 5' wide by 2600 If (SCH 3 Item 5). Response: Bid Schedule 3, Item 5 only refers to the overlay work on DWG 406-1, sheet 10. Cold milling shown on sheet 3 of Drawing 430-1 is part of Bid Item 5-5 as described in General Provisions Section 9-3.5 Question: What is the design pressure for the temporary highline? What materials will be accepted by the City for the highline? . Response: Design pressure is 115 PSI. The material must be designed for potable water and pass back T testing and be either aluminum, ductile iron pipe or cement mortar lined steel. Question: Is there a connection detail for connecting the highline to the 24" steel line in Cougar Dr? Response: Install bypass in accordance with notes on DWG 406-1, sheet 3 Question: Can removed trees be mulched and distributed on-site? Response: No Question: How will the City handle payment for encountering buried obstructions such as those described under boring log B-2 and B-3 and pothole test hole #1? The limits, thickness, and nature of these obstructions are not known to the Contractor. Response: All costs for pipeline installation shall be paid at the unit bid price. No additional compensation will be allowed. Contract No. 3843, 3920, 3920-A Addendum No. 3 Question: Will traffic plates be required to be recessed? Response: Reference Section 306-1.1.7.3, page 163 of the Special Provisions. Requirements for Steel Plate Bridging are based on speed limits. Question: Will DIP be double wrapped per 02510, 2.02, C, 5 or single wrapped per 02510, 3.01, E, 1,b? Response: Section 02510, 3.01.E.lb: Delete first sentence and replace with "Wrap buried pipe with double wrap 8 mil polyethylene film in accordance with AWWA C105. Question: Per section 02372, 3.2, C, has the Engineer determined that this project exceeds 1 acre of disturbed land thereby requiring a NOI? Response: The project does not exceed one acre of disturbed land. Question: Does the City have a list or number of affected businesses requiring notification to shut-downs? Response: The City Meter Department provides the shut down notice 48 hours prior to the shut down to all affected parties after approval of the Water Sanitation Connection Permit. The Water Sanitation Connection Permit is a no fee permit. This permit is arranged through the project Inspector. Question: No PCMS's are noted on the traffic control plans. Is section 206-9 applicable to this project in particular section 206-9.3? Response: Reference Sheet 16 of DWG 406-1 Question: Per section 306-1.7, does bid item 5-12 need to include all CMWD and SDWCA fees totaling $8,075.00? Response: Yes Question: Will the City allow pipeline trench repaving against a ground edge? Response: Yes Question: Will the City require a 12" x 1.5" grind & cap for the pipeline trench per detail 4 on sheet 5 when the same areas will be ground and capped 3" and then overlaid per Schedule 3? Response: Yes NOTICE INVITING BIDS Delete Page 16 through 18 of the Contractors Proposal and replace with the following revised Bid Schedules. GENERAL PROVISIONS Page 93. Paragraph 5. Add the following sentence: The Contractor may perform work items associated with the overlay after work hours. Page 113. Paragraph 3. Bid Item 3-1: ASPHALT RUBBER HOT.MIX (ARHM) OVERLAY Delete the following in the last two lines: remove and dispose of unsuitable material and replace with aggregate base, as specified and shown on Construction Plans Contract No. 3843, 3920, 3920-A Addendum No. 3 Page 113. Add the following: BID SCHEDULE 3 -ASPHALT OVERLAY PER DRAWING NO. 406-1 8. Bid Item 3-8: COLD MILLING 20' WIDTH - Price shall constitute full compensation for providing material, labor, equipment, tools and incidentals for cold milling and tapered grind from the thickness of overlay to zero the twenty foot length from old pavement to new pavement. The lineal foot measurement is the width of the street receiving cold mill. 9. Bid Item 309. COLD MILLING 10' WIDTH - Price shall constitute full compensation for providing material, labor, equipment, tools and incidentals for cold milling and tapered grind from the thickness of overlay to zero the ten foot length from old pavement to new pavement. The lineal foot measurement is the width of the street receiving cold mill. SUPPLEMENTAL PROVISIONS Delete Section 302-11.5 Cold Milling and Replace with the following: 302-11.5 Cold Milling. Cold Milling or grinding shall be in accordance with the provisions of Section 302-5.2 of the Standard Specifications for Public Works Construction, latest edition. The Contractor shall cold mill or grind the existing AC to the width and depth as shown on the plans. In the field, the Engineer may change the width and depth of the cold milling at his discretion. If the Contractor's cold milling severs any traffic detection loops, the Contractor shall replace them immediately at the Contractor's expense, unless the detection loops are superceded by a video detection'system. Contractor shall construct temporary AC ramps at the cold-milled edges which are perpendicular to the direction of travel. Payment for construction, removal, and disposal of temporary asphalt concrete ramps shall be included in the bid item for cold milling. As shown on the plans, some AC grind or cold milling may require tapering of milled thickness. If the Contractor encounters pavement fabric or petromat during cold milling, the Contractor shall remove and dispose of the pavement fabric or petromat. The cost of removing and disposing pavement fabric or petromat shall be included in the Contractor's bid price for cold milling and no additional payment will be made therefor. PLANS DWG 406-1, Sheet 4. Add the following note: STA 16+90+/- TO STA 20+22.5+/- REMOVE AND REPLACE CURB ANG GUTTER DWG 406-1, Sheet 10. LEGEND. Delete the following note: 10' WIDE A.C. GRIND (HEADER CUT) Delete the typical section locations from the plans Add the following Notes: 1. TYPICAL SECTION A APPLIES TO COLD MILL AT EDGE OF GUTTER 2. TYPICAL SECTION B APPLIES TO COLD MILL AT EDGE OF MEDIAN WITH GUTTER 3. COLD MILL AND TAPER GRIND FROM THICKNESS OF OVERLAY TO ZERO AT ALL TRANSITIONS FROM NEW PAVEMENT TO OLD PAVEMENT. a. 10' TAPER FOR COUGAR TRANSITION b. 20' TAPER FOR EL CAMINO REAL AND FARADAY TRANSITIONS Contract No. 3843, 3920, 3920-A Addendum No. 3 SCHEDULE 3 - ASPHALT OVERLAY Item No. Description 3-1 Asphalt rubber hot mix (ARHM) overlay at 3-2 Approximate Quantity and Unit 1,700 TONS $_ Dollars per Ton (Price in Words) Full raise of manholes, valve and monument bases at 28 EA $ Unit Price Total $ Dollars Each (Price in Words) 3-3 Furnish, install, maintain and remove traffic control and traffic control plans at LS $_ Dollars (Lump Sum Price in Words) 3-4 Final striping and pavement markings per Appendix "G" at LS $ Dollars (Lump Sum Price in Words) 3-5 Asphalt concrete cold milling 5-foot width at 2,600 LF $_ Dollars per Linear Foot (Price in Words) 3-6 Abandon existing valve vaults at LS Dollars (Lump Sum Price in Words) Contract No. 3843, 3920, 3920-A Addendum No. 3 "«*...„, Approximate Item Quantity Unit No. Description and Unit Price Total 3-7 3-Inch Grind and Patch at 19.100SF $ $_ Dollars per Square Foot (Price in Words) 3-8 Cold Milling 20'Width at 310LF $ $_ Dollars per Linear Foot (Price in Words) 3-9 Cold Milling 10'Width at 40 LF $ $_ Dollars per Linear Foot (Price in Words) Total amount of bid for Schedule 3 in words: Total amount of bid for Schedule 3 in numbers: $ Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. Contract No. 3843, 3920, 3920-A Addendum No. 3 SCHEDULE 4 - CONCRETE WORK FOR DRAWING NO. 406-1 Approximate Item Quantity Unit No. Description and Unit Price Total 4-1 Remove/Replace PCC 1 EA $ $_ Driveway per SDRSD G-14A Driveway Curb Opening 26' (Includes Sidewalk, Curb and Gutter) at Dollars per Square Foot (Price in Words) 4-3 Remove/Replace Type G 333 LF $_ Curb and Gutter per SDRSD G-2 at Dollars (Lump Sum Price in Words) Total amount of bid for Schedule 4 in words: Dollars Each (Price in Words) 4-2 Remove/Replace 4" PCC 567 SF $ $_ Sidewalk at Dollars per Linear Foot (Price in Words) 4-4 Furnish, install, maintain and LS $ $_ remove traffic control and traffic control plans at Total amount of bid for Schedule 4 in numbers: $ Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. Contract No. 3843, 3920, 3920-A 7 Addendum No. 3 of Carlsbad Public Works - Contract Administration June 19,2008 ADDENDUM NO. 4 RE: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE AND MEDIAN IMPROVEMENTS BID NO. PWS08-36ENG, CONTRACT NO. 3843, 3920, 3920-A Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged—must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator Attachment ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 Bidder's Signature 1635 Faraday Avenue « Carlsbad, CA 92QO8-7314 • (760) 602-4677 • FAX (7SO) 602-8562 CITY OF CARLSBAD EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS Contract Nos. 3843, 3920, 3920-A Bid No. PWS08-36ENG Addendum No. 4 From: Sherri Howard, Project Manager Phone: (760)602-2756 Fax: (760) 602-8562 No. of Pages: 15 (including this page) Date: June 20, 2008 Bid Opening Date: June 25, 2008 2:00 pm (unchanged) GENERAL INFORMATION Bidders inquiries must be received no later than noon, Friday, June 20, 2008. Bidders inquiries may be faxed to 760-602-8562, Attention Sherri Howard or by email to showa@ci.carlsbad.ca.us. CLARIFICATIONS Question: Bid item 3-1: ARHM Overlay. The ARHM Overlay will be one of the last items of work, therefore occurring between November 2008 and Feb 2009. Per 2006 Greenbook Specifications, temperature must be at least 50 degrees and rising for installation of asphalt paving. Average night time temperatures in the area from November to April are below 50 degrees. Therefore all paving will require performance during the day. Please confirm that Contractor will be able to close lanes as necessary in intersection of Faraday during Daytime hours to safely install asphalt overlay and perform 3" Grind and Replace. If Contractor is not allowed to close lanes in Faraday intersection during daytime, and overlay portion of project is suspended until night time temperatures have increased, please clarify how material price escalations will be compensated. Response: The contract is 120 working days. The contractor will prepare a schedule prior to issuance of the Notice to Proceed that incorporates all items within the scope of work and includes consideration for items in Section 6-2.1 Order of Work. Paving may occur on a Saturday and/or Sunday during daytime hours. The City will extend Contract if necessary to get to proper temperature. Question: Bid item 3-5: Asphalt Concrete Cold Milling 5-foot width. Bid quantity is 2,600 LF. But it appears installation of .17 overlay will require cold milling the full length in front of the curb & x gutter, and median curb. Also conform grinds are normally performed at beginning of overlay, join line at Cougar, and overlay limits at Faraday intersection. Our estimated quantity based on cold milling all the above areas is approximately 6,150 LF. Please clarify how overlay is to be Contract No. 3843, 3920, 3920-A 1 Addendum No. 4 installed if all the above areas are not cold milled. Please confirm that if conform grinds are required @ beginning of overlay, Cougar and Faraday join lines, that they will be paid for by the lineal foot as part of bid item 3-5 Response: The median gutter does not run the entire length of the project. The gutter location is identified on the plans DWG 406-1, sheet 10. Refer to Addendum 3 for clarifications regarding the cold mill locations. Question: Bid item #2-3, 100' of 16" pipe. Plan shows 38-40'. All other 16" pipe is in the vault and should, per my reading of the spec, be included in bid item #2-6. Do you want us to figure this item for 100' and then take a deduct after award? Response: The Bid Schedule has been reprinted as a part of this Addendum No 4. Question: Bid item #2-4, 3 - 24" BFV. I count 6 on the job and description of other bid items do not list valves to be included. To avoid a possible change order, how do you want us to figure this? Response: The Bid Schedule has been reprinted as a part of this Addendum No 4. Question: Cannot find bid item #2-7 on the plans. Response: The Bid Schedule has been reprinted as a part of this Addendum No 4. Question: Stations of connections on the bid items were left off bid item #2-8 and 2-14. All connections are listed separate except those at 1+00 and 3+77. I am assuming these are to be paid for under bid item #2-2. Response: Detail for each bid item provided beginning on page 111 of contract documents. Question: I count 4 - 2" ARAV on the job. Bid item #2-9 lists 2. Will this be addressed as a change order? Response: The Bid Schedule has been reprinted as a part of this Addendum No 4. Question: Will bid item #2-13 include the test stations for each of the insulating flange kits? Response: See bid item description starting page 111. Question: Where do we account for 2" BO and MAR items in the bid? Response: The Bid Schedule has been reprinted as a part of this Addendum No 4. Question: Under spec 6-2.1 you list the Cougar Dr and El Camino Real tie-in prior to installing the highline. Won't we have to install and test the highline prior to tying into these lines? Response: Yes Question: Spec 6-2.1 also states to "provide end cap and service" to waterline in Faraday and 8" lines at 16+66 and 12+40 (I'm assuming this is the line at 11+63). The use of the term "provide service" is confusing to me. Based on the pre-con meeting, my interpretation is that after the bypass is in service, the 20" steel line from 1+00 to 20+84 will be out of service. This can only be accomplished by killing it's connection to the 24" in Faraday, the 12" at Salk Ave, the 8" interconnect line at 16+66, and the 8" at 11+63. Please clarify if this is the City's intent. This spec does not address the 12" line at Salk Ave and by using the phrase "provide service" implies we will need to install a highline to keep these branch lines in service. Response: Reference Schematic 1 added in this Addendum. Contract No. 3843, 3920, 3920-A Addendum No. 4 Question: Spec 6-2.1 also states to repair an 8" GV prior to starting any work. I cannot find where this is indicated in the plans. Response: Deleted from project, the Bid Schedule has been reprinted as a part of this Addendum No 4. Question: Order of work for detail 3 on sheet 5 in confusing as well. In any tie-in, I've never seen installing the thrust block be the first order of work. The description here does not seem to correspond to the detail. 1. Install thrust block - is this to mean cutting the 20" line and capping it or to pour a thrust block on the existing 12" AC prior to connecting to it? 3. Install blind flange - a 12" blind flange is shown on the west side of the GV. After the bypass is in service, is the intent of this detail to direct us to install a 24" tee connection to the 24" DIP and blind flange the 12" lateral? Response: Reference Schematic 1 added in this Addendum No. 4. Question: Detail 3 on sheet 5 shows an MJxFL adapter to 12" AC. This cannot be done. Response: Design calls for flanged coupling adaptor for connection between Dl and AC pipe. Handle through RFI process. Question: Detail 7 on sheet 4 shows some type of fitting between the 8" MJ bend and the 8" AC. Please explain what this is. Response: Design calls for connection between Dl and AC pipe with allowance for different elevations. Additional questions to be handled through RFI process. Question: Please explain why in detail 2 of sheet 5 there is a 24" MJxFL adapter between a FL BFV and a FLxPE steel spool. Response: Delete 24" DIP adaptor fitting between new 24" steel pipe spool and 24" butterfly valve. Question: Is the steel spool in detail 2 of sheet 5 CML&C? Details? Response: Yes, Section 02510 has been revised. Question: Will class 250 Ductile Iron Pipe, which meets the desired pressure, be allowed? Response: No, bid in accordance with current plans and specifications. Question: Will Ductile Iron C153 (short body) rated at 350 PSI, be allowed in lieu of full-body C110 fittings? Response: No, bid in accordance with current plans and specifications. Question: Noting that butterfly valves (BFV) are rated at 250 PSI, can BFV rated at 250 PSI, yet drilled with patterns matching the 150 PSI flanges on the iron fittings be allowed? Response: No, bid in accordance with current plans and specifications. Question: The quantity of existing waterline that is to be abandoned is not indicated on the plans or the specifications, how will we bid this item? Response: All costs for existing line work to be included in the listed bid items and no additional compensation will be allowed. Question: The location of the 1" meter shown on plan 406-1, sheet 3 of 19, is not shown. Can we get the stationing for that water service? Response: The reference has been deleted in this Addendum No. 4. Contract No. 3843, 3920, 3920-A Addendum No. 4 Question: The connections for the By-Pass are addressed in Addendum #3. However, there is a detail for the Main Connection in El Camino Real, so a blind flange would be added per the addendum. But the Temporary connection to the water line in Cougar is not shown. Will the City provide a detail? Response: Reference Schematic 1 added in this Addendum No. 4. Question: The existing 24" waterline in Cougar, what is the steel pipe material? Response: Steel pipe, cement lined and coated. Question: On the SDG&E Electrical Meter Location, it is unclear of the quantity of electrical conduit that will be needed to be brought to the Flow Control Vault and the location of that utility. Is it in the street or behind the sidewalk? Can you provide the quantity and location of that conduit? Response: The Contractor may install the conduit behind the sidewalk or in the street. Question: The plans say that the contractor has to pay the fees and obtain the permit for the Flow Control Meter Pedestal. Do you have the amount of these fees? Response: The Contractor needs to pay the fees for the meter. The current contact for SDG&E is Jany Staley at 619-952-5341. The City permit is a No Fee permit for the Contractor. EXISTING CONDITIONS: From approximately Sta. # 3+00 to Sta. # 5+25, from the pothole data and the measurement of the plans it appears you have a conflict with the adjacent 20" water and telephone lines. The center to center separation of the proposed 24" and the existing 20" is 2'. If you assume 24" OD on existing 20", the edge of the pipe is 12" from centerline. If you assume an OD of 28" for the proposed 24", you have the edge of the pipe at 14" from centerline. The top of pipe for the existing is 50" to 53" deep. The top of the proposed is 48". The plans indicate the two pipes are at virtually same depth, and if the data is correct, they will be touching or overlapping. Question: How does the City propose we install the proposed pipe? Response: The design documents intent is to provide clearance with existing 20" main. Contractor is required to pothole prior to construction of the 24" line to confirm location of existing pipeline and other utilities. Question: Is the existing pipe to be removed? Response: Interfering portions shall be removed. Question: If the existing is to be taken out of service, will it be taken out of service before the proposed pipe is installed? Response: See Order of Work section for shut down of existing 20" main. Question: How do we deal with the caving from the existing trench with pipe or without, and from the telephone line, which is also very close? Response: Contractor shall perform installation to provide safe working conditions during installation of new pipeline. Question: How do we bid on this portion of the installation? Response: All costs shall be included in the various bid items, no additional compensation will be allowed. Contract No. 3843, 3920, 3920-A Addendum No. 4 Question: 'Bid item #5-13 to relocate 2 - 2" AWA. It appears in the field that the existing AWA's are per CMWD W-7 and the plans are calling for CMWD W-7A. Please clarify that there is anything to "relocate" because W-7 and W-7A have completely different material. Response: Delete Bid item 5-13 Relocate Air-Vacuum Valve Assembly per CMWD W7-A and replace with Bid Item 5-13 Remove existing and Install New Air-Vacuum Valve Assembly per CMWD W7-A. See revised Bid Schedule and revised Special Provision Section 306-9 per this Addendum No. 4. Question: At several locations where there is a Vertical or Horizontal bend of less than three degrees, we would expect to find a restraint required. Will there be a restraint required even if not shown? Response: Provide restrained joints as shown on the drawings. Question: At Sta.# 4+ 3.57, Sta. # 11+63, and Sta. # 16+66, how will service be maintained for those connecting lines? Response: See order of work section and Schematic 1 in this Addendum No. 4. Question: Is the 20" Waterline from Sta. # 3+78.80 to Sta. # 20+84 going to remain in service during construction? Response: See order of work section and Schematic 1 in this Addendum No. 4. Question: Page 116 of the specifications under Bid Schedule 6 item 6-2. ..."removal and disposal of contaminated soil and replacement of contaminated soil." This is the first time I have seen these requirement. The bid documents have no information as to what the contamination might be, hence where it would be required to be sent and in what qty. We ask that this be changed so that if any is found it would be handled as an extra work item. This is how it is typically handled. Exceptions to that are where it has been identified, classified by analysis, and determined where and how it is to be off hauled, and with a bid qty. Response: Bid Items have been revised in this Addendum 4. NOTICE INVITING BIDS Delete Pages 13 through 15 and 19 through 21 of the Contractors Proposal and replace with the following revised Bid Schedules 2 and 5. GENERAL PROVISIONS Page 90, Bullet 7 Remove the entire section and replace with the following: The Contractor shall be allowed to shut down the existing 20" water main from STA 1+00 to STA 20+84 for a 45 working day period after completing the by pass and end cap installations Page 90, Bullet 8 Remove the entire sections and replace with the following: Contractor shall work closely with the Carlsbad Municipal Water District to perform tie-ins. At a minimum, construction of the by-pass will require the following: Contractor shall install temporary improvements in accordance with the attached Schematic 1 for Sheets 3 and 4 of DWG 406-1. Contract No. 3843, 3920, 3920-A 5 Addendum No. 4 Phase!: Remove existing distribution pipeline from existing 20" transmission main and endcap existing distribution pipelines at 4 locations. At STA 16+ 66+/-, install new gate valve to provide for shutting off water. Phase 2: Complete Phase 1 connection prior to the start of Phase 2. Install temporary bypass pipeline with temporary connections as shown on the plans. Page 114, Paragraph 6 Delete Section 9-3.5 Bid Schedule 5 item 2 and replace with: 2. Bid Item 5-2: CLEARING AND GRUBBING - Price shall constitutes full compensation to remove and dispose of all materials as per Section 300-1 including but not limited to disposal of soil, trees and vegetation, street poles and lights, fences, asphalt concrete (including sawcut), AC dike, aggregate base, concrete curb, gutter and sidewalk, gates, headwalls, rip-rap, traffic signs, and underground pipes and conduits. Page 115, Paragraph 9 Delete Item 12 of Schedule 5 description in Section 9-3.5 and replace with Bid Item 5-13: REMOVE EXISTING AND INSTALL NEW AIR-VACUUM VALVE ASSEMBLY PER CMWD W7-A. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all trenching, backfilling, compaction, grading, pipes, fittings, connections, taps and coordination efforts as shown on plans and specified in these documents. Page 116, Paragraph 7 Delete Section 9-3.5 Bid Schedule 6 item 2 and replace with: 2. Bid Item 6-2: CLEARING AND GRUBBING - Price shall constitutes full compensation to remove and dispose of all materials as per Section 300-1 including but not limited to disposal of soil, trees and vegetation, asphalt concrete (including sawcut), aggregate base, concrete curb, median, traffic signs, and underground pipes and conduits. Page 95 Section 6-11 of the General Provisions first paragraph line 7 and second paragraph line 2. Remove "Stage 4" and replace with "Drawing Set 430-1." SUPPLEMENTAL PROVISIONS Delete section 212-1.2.5 Mulch of the Supplemental Provisions and replace with the following: 212-1.2.5 Mulch. Delete entire section and replace with the following: For Drawing Nos. 430-1 the mulch shall be "Plants Choice Special Mulch No.2" product SBM2, by Plants Choice, Inc. 3085 Beyer Blvd, San Diego, CA 92154 619-585-9909 or equal. Fir Drawing Nos. 430-1A the mulch shall be "Forest Fines" as available from El Corozone's Compost Facility, 3300 Oceanside Blvd, Oceanside, CA 760-439-9920 or equal. Delete Section 306-9 RELOCATE AIR-VACUUM VALVE ASSEMBLY and add the following section: Contract No. 3843, 3920, 3920-A 6 Addendum No. 4 306-9 REMOVE EXISTING AND INSTALL NEW AIR-VACUUM VALVE ASSEMBLY 306-9.1 General. Remove the existing air vacuum valve to the outlet assembly at the mainline. Using the existing connection point to the mainline, install new air vacuum assembly per CMWD Standard Drawing No. W7-A and as shown on the Plans. 306-9.1 Measurement and Payment. Payment for removing the existing air vacuum valve and installing the new valve will be made at the contract unit bid price. Such payment shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing the existing air vacuum valve and associated appurtenances, installing new air vent vacuum valve assembly and associated appurtenances, as specified in the general and supplemental provisions, and as directed by the Engineer, and no additional compensation will be allowed. TECHNICAL SPECIFICATIONS Technical Specifications Section 02510, 2.02 PIPING MATERIALS H. Welded Steel (WS) Pipe: Delete "Not Used" Replace with: "1. Pipe: Cement mortar lined and coated steel cylinder pipe, AWWA C200 except as modified herein. Pipe shall be cement mortar lined and coated in compliance with AWWA C 205. a. Dimensions: Nominal inside diameter shall be the minimum net inside clear lined diameter. b. Minimum steel cylinder thickness: The pipe manufacturer shall design steel cylinder for pipe and fittings for the cover shown on the Drawings, in accordance with AWWA M11. The minimum cylinder thickness shall be 10 gage. Design criteria areas follow: 1) Superimposed external load: AASHTO H20 2) Internal pressure including surge allowance: 750 psi. 3) Internal negative pressure: 15 psi. 4) Maximum allowable stress: 50 % of minimum yield point , or 16,500 psi, whichever is less. 2. Joints: a. Flanged and plain end 1) Butt strap joint details shall be submitted to the Engineer for favorable review. Rolled lap joints will not be acceptable. The joint shall be designed to withstand all loads associated with installation and operating conditions. Joint configuration and welding shall conform to the requirements of AWWA C206. 2) Cement mortar lining shall be patched after joint testing and may be hand applied. Conform to AWWA C205, Appendix A." Contract No. 3843, 3920, 3920-A Addendum No. 4 PLANS DWG 406-1, Sheet 3: Delete the following note: (E)1" WATER SERVICE Revise NOTE 1 as follows: Delete 8 HOURS and replace with 24 CONTINUOUS HOURS Contract No. 3843, 3920, 3920-A Addendum No. 4 SCHEDULE 2: PIPELINE IMPROVEMENTS Item No. 2-1 Description Provide excavation safety measures at Approximate Quantity Unit Price and Unit (Fiqures) LS $ Total Amount (Figures) $ Dollars (Lump Sum Price in Words) 2-2 24-inch ductile iron pipeline at 2,000 LF $ $_ Dollars Each Contract No. 3843, 3920, 3920-A Addendum No. 4 Dollars per Linear Foot (Price in Words) 2-3 16-inch ductile iron pipeline at 43 LF $ $_ Dollars per Linear Foot (Price in Words) 2-4 24-inch butterfly valves at 6 EA $ $_ Dollars Each (Price in Words) 2-5 16-inch gate valves at 2 EA $ $_ Dollars Each (Price in Words) 2-6 Flow control valve vault LS $ $_ installed including telephone service and electric meter and electric service at Dollars (Lump Sum Price in Words) 2-7 2-inch blow off/manual air 6 EA $ $_ release assemblies at Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) (Price in Words) 2-8 8-inch ductile iron pipeline and LS $ $_ 8-inch gate valve (STA 16+66=/-)at Dollars (Lump Sum Price in Words) Contract No. 3843, 3920, 3920-A 10 Addendum No. 4 Dollars (Lump Sum Price in Words) 2-9 2-inch air release/air vacuum 3 EA $ $_ valve assemblies at Dollars Each (Price in Words) 2-10 Perform exploratory LS excavation at underground utility crossings and points of connection at Dollars (Lump Sum Price in Words) 2-11 Furnish, install, maintain and LS $ $_ remove traffic control at Dollars (Lump Sum Price in Words) 2-12 Furnish, install, maintain and LS $ $_ remove Bypass system at Cougar at Item No. Description 2-13 2-wire Test Station with anodes per w-26 to w-32 (Appendix "I") at Approximate Quantity Unit Price and Unit (Figures) LS $ Dollars (Lump Sum Price in Words) 2-14 8-inch Ductile Iron Pipe Connection at LS Total Amount (Figures) Dollars (Lump Sum Price in Words) 2-15 12-inch Ductile Iron Pipe Connection (Sta. 4+03) at LS Dollars (Lump Sum Price in Words) 2-16 12-inch Ductile Iron Pipe Connection (Sta. 20+84) at LS $ Dollars (Lump Sum Price in Words) 2-17 27-inch Ductile Steel Pipe Connection (Sta. 3+76) at LS Dollars (Lump Sum Price in Words) Total amount of bid for Schedule 2 in words: Total amount of bid for Schedule 2 in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Contract No. 3843, 3920, 3920-A Addendum No. 4 11 SCHEDULE 5-WIDENING NORTH OF COUGAR DRIVE Item No. Description 5-1 Traffic Control at Approximate Quantity and Unit 1 LS Dollars (Lump Sum Price in Words) 5-2 Clearing and Grubbing at 1 LS $ $ Unit Price Total $ $ Dollars (Lump Sum Price in Words) 5-3 Unclassified Excavation at 635 CY $ Dollars per Cubic Yard (Price in Words) 5-4 Crushed Aggregate Base at 212 TONS $_ Dollars per Ton (Price in Words) 5-6 Adjust Water Valve to Grade perCMWDW13at 2EA Dollars per Ton (Price in Words) 5-5 Asphalt Concrete Pavement at 74 TONS $_ $ Dollars Each (Price in Words) 5-7 6" Type "G" Curb & Gutter per SDRSD G-2 at 123 LF $$_ Dollars per Linear Foot (Price in Words) Contract No. 3843, 3920, 3920-A Addendum No. 4 12 Approximate Item Quantity Unit No. Description and Unit Price Total 5-8 4" Thick PCC Sidewalk per 748 SF $ $ SDRSD G-7 at Dollars per Square Foot (Price in Words) 5-9 Chain Link Fence per SDRSD 102 LF $_ M-6 and Gate per SDRSD M-5 at Dollars per Linear Foot (Price in Words) 5-10 12" PVC Drainage Pipe 7 LF (SDR 35) at Dollars per Linear foot (Price in Words) 5-11 Catch Basin Type G-1 per 1 EA $ SDRSD D-8 with Thermoplastic Marker at Dollars Each (Price in Words) 5-12 1" Water Service Connection 1 EA $ $ For 5/8" Meter per CMWD W3 and Water Meter at Dollars Each (Price in Words) 5-13 Remove existing and Install 2 EA $ $_ New Air-Vacuum Valve Assembly per CMWD W7-A at Dollars Each (Price in Words) Contract No. 3843, 3920, 3920-A 13 Addendum No. 4 Approximate Item Quantity Unit No. Description and Unit Price Total 5-14 Retaining Wall & Pad for MS $ $ Air Vacuum Valves at Dollars (Lump Sum Price in Words) 5-16 Irrigation System - City of 1 LS $_ Carlsbad at Dollars (Lump Sum Price in Words) Total amount of bid for Schedule 5 in words: Dollars (Lump Sum Price in Words) 5-15 Landscaping at 1 LS $ $_ Dollars (Lump Sum Price in Words) 5-17 Irrigation System - Private 1 LS $ $_ Residential at Dollars (Lump Sum Price in Words) 5-18 Irrigation System - Home 1 LS $ $_ Owner's Association at Dollars (Lump Sum Price in Words) 5-19 Traffic Signing, Striping and 1 LS $ $_ Pavement Markings at Total amount of bid for Schedule 5 in numbers: $ Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. Contract No. 3843, 3920, 3920-A 14 Addendum No. 4 20" TRANSMISSION MAIN SCHEMATIC TEMPORARY IMPROVEMENTS RESERVOIR I TEMPORARY BYPASS PIPE 24" DIP PRESSURE ZONE SPLIT 490 . 550 EXISTING 20" TRANSMISSION MAIN TO BE REMOVED FROM SERVICE PHASE PHASE SCHEVWC 1 NEW VALVE SEE DETAIL A BELOW ELCAMINOREAL STA. 16+66 ± INSTALL NEW 8" GATE VALVE ON EXIST. 8" AC PIPE. REMOVE AC PIPE TO NEAREST JOINT ANDREINSTALL PVC CL. 150 DETAIL A of Carlsbad Public Works - Contract Administration June 23, 2008 ADDENDUM NO. 5 RE: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE AND MEDIAN IMPROVEMENTS BID NO. PWS08-36ENG, CONTRACT NO. 3843, 3920, 3920-A Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 5 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 920Q8-7314 • (760) 6O2-4677 * FAX (76O) 602-8562 CITY OF CARLSBAD EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS Contract Nos. 3843, 3920, 3920-A Bid No. PWS08-36ENG Addendum No. 5 From: Sherri Howard, Project Manager Phone: (760)602-2756 Fax: (760) 602-8562 No. of Pages: 1 (including this page) Date: June 23, 2008 Bid Opening Date: June 25, 2008 2:00 pm (unchanged) GENERAL PROVISIONS Page 112, Paragraph 1 Delete Section 9-3.5 Bid Schedule 5 item 2 and replace with: 1, Bid Item 2-7: 2-INCH BLOWOFF/MANUAL AIR RELEASE ASSEMBLIES PER W-6- Price shall constitute full compensation for providing all material, labor, equipment, tools, and incidentals required to install the blow-offs as indicated, including valves, trenching, installation, and trench repair, complete in place, as specified and shown. Page 112, Paragraph 3 Add the following to the item call out: PER W-7 Page 113, Paragraph 2 Add the following item description: 17. Bid Item 2-17: 24-INCH STEEL PIPE CONNECTION - Lump sum price shall constitute full compensation for providing material, labor, equipment, tools and incidentals required to install 24-inch steel pipe and fittings at approximate Station 3+76along the proposed 24-inch ductile iron pipeline, including trenching, backfilling and trench repair, pavement removal and repair, all fittings, and 24-inch butterfly valve complete in place as specified and shown. Contract No. 3843, 3920, 3920-A Addendum No. CONTRACT PUBLIC WORKS This agreement is made this (y day of x\l/UAj^7 _ , 2008, by and between the Carlsbad Municipal Water Districrof theJCity of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and TC CONSTRUCTION COMPANY INC. whose principal place of business is 10540 PROSPECT AVENUE SANTEE CA 92071 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, addendum(s) to said Plans and Specifications and General Provisions, Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the 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 District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. m¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 40 of 183 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 41 of 181 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carlsbad'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 District or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employees, or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. A*¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 42 of 183 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the District by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication 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 District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. (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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 43 of 181 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) 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 Board of Directors of the Carlsbad Municipal Water District of 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. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 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 District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 44 of 181 Pages 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. 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: TC Construcfoeo Co-i \nc- ISTRICT, a California \ \Y\ ^VL^AO J5ui tflL.^*"'in, .1 "XT*$&£»#'', 0- jC^.-'^n U&c, -..<<\ si^m~ no : ac <g ; m — ^•^:^'v - °°: si <«.:.° '^•..^/cr,^/;^'^ (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL General Counsel Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 45 of 181 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California personally appeared Name(s) of Signer(s) IWARKS - Comn**on* 1696962 i Notaiy PuMe • Cotttornia San Dtogo County r MyComm.ExpkesOct28.2010> who proved to me on the basis of satisfactory evidence to be the persoi^fi) whose narrie>(e]QsJclra*subscribed to the wjthin instrument and acknowledged to me that (he$She4rtey executed the same ir^jTJj^Ftetftheir authorized capacityfles), and that by(^Jie(^lseir signature^ on the instrument the person^s^or the entity upon behalf of which the persoFHsi^acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder-.Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of personally appeared On"7/£>l D3 before me, Name(s) of Signer(s) Commtoton 01696962 Motory PuWte-Cddtomta San Dtego County MyComm.ExpfcetOct28.2010 who proved to me on the basis of satisfactory evidence to be the persoh^sX-whose name(fi^fe$!tpevsubscribed to the within instrument and acknowledged to me that jTe/sha^fifey^executed the same irtfjj^hefijrwir authorized capacity(te9)r-and that by^^&t4^**>signaturet!s)spn the instrument the persofl{s^or the entity upon behalf of which the persor^sXacted, 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. Place Notary Seal Above WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer —Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER I Top of thumb here Signer Is Representing:. Signer's Name: D 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: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder.Call Toll-Free 1 -800-876-6827 BOND NO. 6576968 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. 1329, adopted July 15, 2008, has awarded to TC CONSTRUCTION COMPANY INC. (hereinafter designated as the "Principal"), a Contract for: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE __ TC CONSTRUCTION COMPANY INC. __ as Principal, (hereinafter designated as the "Contractor"), and SAFECO INSURANCE COMPANY OF AMERICA _ . • _ as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of ONE MILLION SIX HUNDRED SEVENTY SEVEN THOUSAND FOUR HUNDRED THIRTY TWO Dollars ($1,677,432.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 46 of 183 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Pf day of UUju , 20 Off . CONTRACTOR: TC CONSTRUCTION COMPANY/ Executed by SURETY this. Of JULY 23RD .day SURETY: SAFECO INSURANCE COMPANY OF AMERICA (name of Surety) 120 VANTIS. ALISO VIEJO. CA 92656 ,2008 (address of Surety) 949-860-6000 (title and itory) Bv: (telephone number of Surety) (print name here) ( signature of Attorriey-in-Fact) TARA BACON, ATTORNEY- I N-FACT _ (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title ancrorganization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 47 of 181 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On ~7 personally appeared Name(s) of Signer(s) CoMntaloo Motoiy PuMc - CoWomta Son Diego County My Comm. Expires Oct 28,2010 who proved to me on the basis of satisfactory evidence to be the persoftfs} whose nameffi(Q§)afe^subscribed to the within instrument and acknowledged to me that Tit^heftPtey executed the same in(yi)|fl»^heir authorized capacity(lesi, and that by^^tei^thisi^ signaturel^on the instrument the persortfs)^ or the entity upon behalf of which the person^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature OPTIONAL - Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer —Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D 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: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association- 9350 De Soto Ave., P.O.Box 2402'Chatsworth,CA 91313-2402-www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT County On7?7l personally appeared s*t " l^YYU ( AY\\ Name(s) of Signer(s) ISMMCS CommMon * 1696962 Nofcxy Pubdc - CoWomta Son Diego County MyComm. Expires Oct 28,2010 who proved to me on the basis of satisfactory evidence to be the personrjs^whose namdfc) is/are subscribed to the within instrument and acknowledged to me that ^h^he^fte^executed the same ii/ftjsjmi^hsi^ authorized capacity^tes^and that by^Js^fet^RSi^signature^s^on the instrument the personT&^or the entity upon behalf of which the persorrf&j^acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL I Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer—Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D 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:. RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876-6827 ACKNOWLEDGMENT State of California County of San Diego On July 23. 2008 before me, Maria Hallmark. Notary Public, personally appeared Tara Bacon, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her 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 Sign MARIA HALLMARK " ( COMM. #1508244 oNOTARY PUBLIC-CALIFORNIA W SAN DIEGO COUNTY «My Commission Expires _ AUGUST 17, 2008 [ (Seal) Safeco Insurance Company of America r-.^i. >i-r-> General Insurance Company of America POWER Safeco Plaza OF ATTORNEY Seattle, WA 98185 No 5528KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *»****TARA BACON; DALE HARSHAW; BRADLEY R. ORR; GEOFFREY SHELTON; JOHN C. STARICH; San Diego, California* Its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 31st dayof October , 2007 • STEPHANIE DALEY-WATSON.SECRETARY TIM MIKOLAJEWSKI. SENIOR VICE-PRESIDENT. SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (') The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 23rd dayof July • 2008 S-0974/DS 4/05 STEPHANIE DALEY-WATSON, SECRETARY Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF BOND NO. 6576968 PREMIUM: $15,169.00 FAITHFUL PERFORMANCE/WARRANTY BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. 1329, adopted July 15, 2008, has awarded to TC CONSTRUCTION COMPANY INC. (hereinafter designated as the "Principal"), a Contract for: EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, TC CONSTRUCTION COMPANY INC. as Principal, (hereinafter designated as the "Contractor"), and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of ONE MILLION SIX HUNDRED SEVENTY SEVEN THOUSAND FOUR HUNDRED THIRTY TWO Dollars ($1,677,432.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. A•K Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 48 of 183 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of JuJll 20 0%. CONTRACTOR: TC CONSTRUCTION COMPANY. INC. (name of Contractor) (L Executed by SURETY this 23RD day of JULY , 2008 SURETY: SAFECO INSURANCE COMPANY OF AMERICA (name of Surety) 120 VANTIS, ALISO VIEJO, CA 92656 (Sgrfhere)(address of Surety) "Ter u 949-860-6000 (print name here)(telephone number of Surety) (Title and Organization of Signatory) By:(UA (signatafe of AttorneynrvFact) By:TARA BACON. ATTORNEY-IN-FACT (print name here) (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) Sac (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 49 of 181 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On personally appeared Name(s) of Signer(s) _r — —tSMRKS 1696962 Nokxy FilMc - CaMomta Son DMgo Courty MvComm. Exp>e»Oct28.2010 who proved to me on the basis of satisfactory evidence to be the person(s) whose name^teJ^jsT^Ss^ubscribed to the within instrument and acknowledged to me that ''fie^lse4fteysexecuted the same ir(hj|)fTOi^tFte«; authorized capacityfleg), and that b^^h^'fteic.signature'Klon the instrument the persofifc^or the entity upon behalf of which the persoTrfs^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. Place Notary Seal Above WITNESS my hand and official seal. Signature. OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: D 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: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On personally appeared (^L-iC^"]} Y I (_j_A Here Insert Name and Title of the Officer T)ame(s) of Signer(s) tSMRKS Commteton #1696962 NrtdfyPubSc-CaWomta San Diego County MyComm.ExpfresOct28.2010 ' who proved to me on the basis of satisfactory evidence to be the persoftfsj whose narrte(sjQs/a>8ssubscribed to the within instrument and acknowledged to me that lTey.executed the same it^^r^thei^ authorized and that by<fjj§/he>$TOC signaturfe^s}. on the instrument the person(fi), or the entity upon behalf of which the person^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D 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 Signer's Name: D 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: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: CallToll-Free 1 -800-876-6827 ACKNOWLEDGMENT State of California County of San Diego On July 23. 2008 before me, Maria Hallmark. Notary Public, personally appeared Tara Bacon, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her 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. Sign MARIA HALLMARK COMM. #1508244 Q NOTARY PUBLIC-CALIFORNIA W SAN DIEGO COUNTY QMy Commission Expires , AUGUST 17, 2008 \ (Seal) Safeco Insurance Company of America n«i A ii- n General Insurance Company of America POWER Safeco Plaza OF ATTORNEY Seattle, WA 98185 No 5528 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ******TARA BACON; DALE HARSHAW; BRADLEY R. ORR; GEOFFREY SHELTON; JOHN C. STARICH; San Diego, California****** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 31st _ dayof October _ . 2007 _ - STEPHANIE DALEY-WATSON.SECRETARY _ TIM MIKOLAJEWSKI. SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (') The provisions of Article V, Section 1 3 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this _ 23rd _ dayof _ July _ • 2008 STEPHANIE DALEY-WATSON, SECRETARY Safeco® and the Safeco logo are registered trademarks of Safeco Corporation, S-0974/DS 4/05 WEB PDF OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" andTT, Coine>\YUChOA CjP-) \nC whose address is \OC54Q Vrt)9OeC-V AV£ Sanfeg. CA Q&JCT\\ hereinafter pQn^- whose .550 Ban DveflQ CA Q^2\O) hereinafter**• called "Contractor" a address is F?0\ W called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of .the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A in the amount of ^\>ten"lXte>^-OO dated ^Wof*}'ffi)|^c£) (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which 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 District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. JT*L Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 50 of 183 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 District to the Escrow Agent that the District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District:Title FINANCE DIRECTOR For Contractor: Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title Secretary A -. » /v Name Signature Address \0540 fopspscfr AVe gorfee (ft Q2CTH For Escrow Agent: Name Signature Address Ol V. eon Diago CA At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 51 of 183 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: For Contractor: Title PRESIDENT Name Signatun Address fSOQ Carlsbad Village Drive, Carlsbad. CA 92008 Title 5ecxefcxru Name Signature Address v . SgnJc£ For Escrow Agent: Signature.WaJo Address 501 Vi£rOQd\AlQ €nnD\eg Q\AlQyo CA a Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 52 of 183 Pages GENERAL PROVISIONS FOR EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS - Unless 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. Revised 5/01/07 Contract Nos. 3843. 3920, & 3920-A Page 53 of 181 Pages 1 -2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the Carlsbad Municipal Water District. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Technical Specifications, the Plans, Standard Plans, Standard Specifications, Appendices, Reference Specifications, and all Modifications issued after the execution of the Contract. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 54 of 181 Pages 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 55 of 181 Pages Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the 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 - Standard Specifications, General Provisions, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 56 of 181 Pages 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". 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. 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 57 of 181 Pages 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. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate ARTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT , Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation W Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 58 of 181 Pages FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L -. Length LAB .- Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamppost LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneouso MOD Modified, modify MON Monument MSL . Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe DBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 59 of 181 Pages SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 60 of 181 Pages 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. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (^m) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter(m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (ft) 0.0929 square meter (i 1 square yard/yd ) 0.8361 square meter (i 1 cubic foot (ft) 0.0283 cubic meter (m 1 cubic yard (yd ) 0.7646 cubic meter (m 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (ft oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal' second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm Is) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/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 = (1.8x°C) + 32 °C = (°F-32)71.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 61 of 181 Pages Common Metric Prefixeskilo(k) 103, centi(c) 10,milli(m) 1(T micro (\i) 10" nano(n) 10" pico(p) 10"12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words)0 Degree PL Property line CL Centerline SL Survey line or station line Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 62 of 181 Pages SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the 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 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 63 of 181 Pages Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent 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. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 64 of 181 Pages 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 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project Technical Specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Parts 2 & 3, current edition at the time of bidding, hereinafter designated "SSPWC", as written and promulgated by Public Works Standards, Inc., and as amended by the Supplemental Provisions section of this contract. The construction plans consist of three (3) sets of plans designated as City of Carlsbad Drawing Nos. 406-1 consisting of 19 sheets; 430-1 consisting of 14 sheets; and 430-1A consisting of 6 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 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. 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 65 of 181 Pages 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 conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change Orders; whichever occurs last. 3) Contract Addenda; whichever occurs last. 4) Contract Documents. 5) Carlsbad General Provisions and Supplemental Provisions to the Greenbook. 6) Technical Specifications. 7) Plans. 8) Standard Plans. a) City of Carlsbad Engineering Standards, current edition at time of bid. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad Supplemental Standard Drawings. d) City of Carlsbad modifications to the San Diego Regional Standard Drawings. e) San Diego Regional Standard Drawings, current edition at time of bid. f) State of California Department of Transportation Standard Plans. 9) Standard Specifications for Public Works Construction as amended, current edition at time of bid. 1 0) Reference Specifications. 11) Manufacturer's Installation Recommendations. Detail drawings shall take precedence over general provisions. 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 66 of 181 Pages 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 incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 67 of 181 Pages 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: TABLE 2-5.3.2 (A)Subject iShibrl1 2 3 4 5 6 7 89 1011 12 13 14 151617 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 OrdersJointsJointsGeneralCofferdamsGeneralGeneralGeneralShop DrawingsFalsework PlansGeneral General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneiing Controller Cabinet Wiring Diagrams Trench Snoring 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 Microtunneiing Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured Herns 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, SSPWC 2) List of Materials per 4-1.4, SSPWC 3) Certifications per 4-1.5, SSPWC 4) Construction Schedule per 6-1, SSPWC Confined Space Entry Program per 7-10.4.4, SSPWC Concrete mix designs per 201 -1.1, SSPWC Asphalt concrete mix designs per 203-6.1, SSPWC 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 88 of 181 Pages 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. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 69 of 181 Pages 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. SDKS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted 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. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills > 10m Stake Description SDRS M-10 Monument Lath in soil, painted line on PCC & AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake Centerline or Parallel to Centerline Spacing®, ® <1000', Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, < 50' on tangents & < 25' on curves, Painted line - continuous Intervisible and < 50' < 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' <50' Lateral Spacing CD, ® on street centerline at clearing line Grade Breaks &<25' N/A ( constant offset) N/A Setting Tolerance (Within) 0.02' Horizontal, also see Section 2-9.2.1 herein 1' Horizontal 0.1 'Verticals Horizontal 0. 1 ' Horizontal 0.1 'Vertical* Horizontal Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 70 of 181 Pages Feature Staked (33') Final Grade (includes top of: Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities®, ® Curb Traffic Signal CD Signal Poles & Controller ® Junction Box © Conduit CD Minor Structure ® Abutment Fill Wall® Major Structure CD Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous CD Contour Grading ® Utilities ®, ® Channels, Dikes & Ditches ® Stake Description ® RP + Marker Stake, Blue- top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake + Line Point +Guard Stake RP RP + Marker Stake RP + Marker Stake RP + Marker Stake Centerline or Parallel to Centerline Spacing®, © < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' < 25' or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & < 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines < 25', BC & EC, at 1/iA, 1/2A & y'A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location at each junction box location < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grades 0.30% for catch basins: at centerline of box, ends of box & wings & at each end of the local depression CD < 50' & along end slopes & conic transitions < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 1 0' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns <50' < 50' on tangents & curves when R> 1 000' & < 25' on curves when R < 1000' or where grade < 0.30% intervisible & < 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities Lateral Spacing CD, ® <22' edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate along contour line as appropriate as appropriate Setting Tolerance (Within) V Horizontal & V Vertical •V Horizontal & V Vertical V Horizontal & 'If Vertical V Horizontal & V Vertical V Horizontal & V Vertical V Horizontal & V Vertical J/B" Horizontal & when depth cannot be measured from existing pavement V/ Vertical V Horizontal & V Vertical (when vertical data needed) 0.1' Verticals Horizontal V Horizontal & V Vertical V Horizontal & V Vertical J/8" Horizontal & V Vertical 0.1 'Verticals Horizontal V Horizontal & V4" Vertical 0.1' Horizontals V Vertical Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 71 of 181 Pages Feature Staked Signs © Subsurface Drains © Overside Drains © Markers © Railings & Barriers © AC Dikes © Box Culverts Pavement Markers© Stake Description ® RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP Centerline or Parallel to Centerline Spacing®, <5> At sign location intervisible & < 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000'. At beginning & end and < 50' on tangents & curves when R > 1 000' & < 25' on curves when R< 1000' At beginning & end 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 200' on tangents, 50' on curves when R > 1000' & 25' on curves when R < 1000'. For PCC surfaced streets lane cold joints will suffice Lateral Spacing <3>, <S> Line point as appropriate At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) Setting Tolerance (Within) 0.1 'Verticals Horizontal 0.1 'Horizontal & V Vertical 0.1' Horizontal & V Vertical V<i" Horizontal J/8" Horizontal & Vertical 0.1' Horizontal & Vertical J/8n Horizontal & V/ Vertical VA" Horizontal © 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 Perpendicular to centeriine. Some features are not necessarily parallel to centeriine but are referenced thereto Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature (D ® (D <D > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number following the symbol. © The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless 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(6) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous Description Coordinated control points, control lines, control reference points, centeriine, alignments, etc. Bench marks Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. Color* White/Red White/Orange Yellow/Black Yellow White Blue White/Yellow Orange * Flagging and marking cards, if used. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 72 of 181 Pages 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work 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. 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 73 of 181 Pages 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 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 74 of 181 Pages 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 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 Valves. Prior to construction, the Contractor shall provide a schedule of valves for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purposes 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 75 of 181 Pages 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. 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 76 of 181 Pages 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 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. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 77 of 181 Pages 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 III disposal site in accordance 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. 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 District 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. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 78 of 181 Pages "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days 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 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. General 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 District 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 District will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the General 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 General Manager. Actual approval of the claim is subject to the change order provisions in the contract. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 79 of 181 Pages 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 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 80 of 181 Pages (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 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. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 81 of 181 Pages SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for 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. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 82 of 181 Pages 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, 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 83 of 181 Pages 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 84 of 181 Pages 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 Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 85 of 181 Pages 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 investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification 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 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 compensation for such work shall be considered as included in the prices bid for other items of work. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 86 of 181 Pages 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, 2006 Edition. 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. 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 87 of 181 Pages 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 euro 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 trunkiine utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of sucn 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. Certain facilities owned by others; i.e., fue! line, are currently located within the limits of work and will require relocation or adjustment to grade. Contractor shall coordinate with each of the utilities to commence with relocation or adjustment. The known facilities and associated work are defined in the table below. Any City or CMWD owned facility shall be relocated by the Contractor unless specified otherwise. The Contractor shall protect existing facilities during execution of this contract. Utility Kinder Morgan Activity Adjust valve cover to grade Count 2 Advance Notification Requirements (Working Days) 10 Scheduling Window (Working Days) 5 Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 88 of 181 Pages 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 fifteen (15) 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. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the 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. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy. 6-1.3 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 incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, 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. Am¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 89 of 181 Pages 6-2.1 Order of Work. The work to be done shaii 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. The Contractor shall submit a staging plan to the engineer for review and approval. The staging plan shall include all activities to construct the project with these requirements: • The Contractor shall construct the bypass at Cougar and the end cap at Faraday in addition to repairing the 8" gate valve as per drawing set 406-1 prior to initiating any other site work. • All work within the public right-of-way requires traffic control and work hours are limited to 8:30 a.m. to 3:30 p.m. • Any work (pipeline, overlay, etc.) in the intersection of El Camino Real and Faraday Avenue shall be from 9:00 p.m. to 5:00 a.m. (night work). • Pavement overlay and striping as shown on drawing sets 406-1 and 430-1 shall be done after all below surface work is completed as not to cut the new final pavement. Temporary pavement/trench repairs shall be applied in between stages so that traffic flow can be maintained. • Staging can be modified at the discretion of the Engineer. • The Contractor shall finish a stage before starting a new stage. Certain aspects of various stages may be allowed to occur at the same time, but only upon written request by the Contractor and written approval of the engineer. • The Contractor shall install water pipeline line in 45 working days. • Contractor shall work closely with the Carlsbad Municipal Water District to perform tie-ins. At a minimum, construction of the by-pass will require the following: Week 1 (one week shut-down) Tie in to Cougar Drive water pipeline Tie in to El Camino Real water pipeline Install high line Ensure El Camino Real water pipeline does not leak back on the tie-ins Week 2 Provide end cap and service in the following order: 1. Faraday Avenue Water pipeline (1 day shutdown) 2. 8" water line to the west side of El Camino Real (STA 16+66) 3. 8" water line to the business park (STA 12+40) 6-2.2 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The purpose of these meetings is to keep the lines of communication open between the City and the Contractor. 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", SSPWC. No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. The City inspector will chair the meetings and be responsible for agenda preparation, circulation of attendance sheet, and recording of minutes. The agenda is set up to track items, issues, and follow-up responsibility through their conclusion. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 90 of 183 Pages By convention, agenda items will remain on the agenda through one meeting after resolution of the issue to ensure clear record on closure of the issue, which the following meeting's agenda will show. Status updates from the previous meeting will be shown in bold font on each meeting's agenda. Each meeting shall include a 3-week look ahead schedule. The Look Ahead Schedule shall be in bar chart format and will be used as an outline for the Schedule Status topic to start each Weekly Meeting and shall be provided by the Contractor. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as 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 combination of such Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 91 of 183 Pages 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 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, Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 92 of 183 Pages 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. Unless otherwise specified, the time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 120 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. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless 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. No work involving traffic control shall be performed by the contractor between 3:30 p.m. and 8:30 a.m. Traffic control cannot begin set-up until 8:30 a.m. and must be removed by 3:30 p.m. Contractor is hereby advised that the Engineer will require after hours work on an interim basis to accomplish work in the intersection of El Camino Real and Faraday Avenue. Inspection costs for this after hours work shall be waived. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 93 of 183 Pages 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 perform 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 one thousand Dollars ($1,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000.00 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 94 of 181 Pages 6-11 MITIGATION MEASURES FOR WIDENING NORTH OF COUGAR DRIVE. The improvement plans for the widening of El Camino Real North of Cougar Drive (Drawing No. 430-1) have mitigation measures though the Special Use Permit (SUP) 06-15. The mitigation measures are provided in the Appendix. To meet the requirements of the mitigation measures, the City will retain a biologist if construction is to occur between February 1 and August 30. The biologist will conduct bird surveys a minimum of two weeks prior to construction and very two weeks during construction of Stage 4 as defined by Section 6-2.1. If established nests are present, the biologist will advise of appropriate mitigation measures. The contractor will be required to comply with the mitigation measures. The City will also retain a paleontologist to monitor clearing and grubbing and grading activities on a continuous basis for Stage 4 as defined by Section 6-2.1. The contractor shall make fresh cuts and spoils available to inspect and recover paleontological resources. The contractor shall assist the paleontologist as required per mitigation measure 4 of the SUP 06-15 and mitigation measures PAL- 1 through PAL-6 as listed in the Paleontological Resource Assessment dated June 2007. 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 ail 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 95 of 181 Pages 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed 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' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with 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. •^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 96 of 181 Pages In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 97 of 181 Pages Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 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. •^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 98 of 181 Pages 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 99 of 181 Pages Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill 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 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". |n addition to the notifications, the contractor shall post no parking signs 48 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 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 100 of 181 Pages 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 101 of 181 Pages 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.Let 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 CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with 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 1.8 m (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the minimum acceptable shy distance, (0.6 m (2')) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the 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, 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 102 of 181 Pages During the entire construction, a minimum of two paved traffic lanes, not less than 12' wide each, 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. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 103 of 181 Pages 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the 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. The Contractor may choose to modify, add to or supplement the TCP shown on sheets 11-19 of Drawing DWG 406-1 of the contract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as sheet(s) 11-19 of Drawing DWG 406-1. The level of detail, format, and graphics shall be of quality and size no less than shown on sheets 11-19 of Drawing DWG 406-1. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared and signed by a registered professional traffic 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. PCMS shall be transferred to the City at the completion of the project per Section 206-9.3. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 104 of 183 Pages 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: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventijation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions Am¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 105 of 181 Pages 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 gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 106 of 181 Pages SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. A 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", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 107 of 181 Pages 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 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 (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an 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 685.010 of the Code of Civil Procedure. Am¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 108 of 181 Pages From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 109 of 181 Pages 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. 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 schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and 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. 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. Add the following section: 9-3.5 Payment Line Items. Payment for the various items of the Bid Proposal, as further specified herein, shall include all compensation to be received by the Contractor for providing all tools, equipment, supplies, and manufactured articles, and for all labor and services, operations, and incidentals appurtenant to the items of Work described, as necessary to complete the various items of the Work, all in accordance with the requirements of the Contract Documents. This shall include all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA) as administered by the State of California (CAL-OSHA). No separate payment will be made for any item not specifically set forth in the Bid Proposal, and all costs therefore shall be included in the prices named in the Bid Proposal for the various appurtenant items of Work. The Contractor shall provide all materials, equipment, and labor necessary to carry out the Work of the Project, complete and in-place, as indicated below and in the Bid Schedule contained in the Contract Bidding Documents. Payment for each bid item will be made at the respective price listed in the Bid Schedule. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 110 of 181 Pages SCHEDULE 1: SHARED IMPROVEMENTS 1. Bid Item 1: MOBILIZATION - Price shall constitute full compensation for obtaining all required insurance, bonds and permits; moving onto the site all equipment; and other construction facilities; and implementing security requirements for all phases of work shown on Drawing Sets 406-1, 430-1, and 430-1A and as specified in these documents. 2. Bid Item 2: WATER POLLUTION CONTROL PLAN - Price shall constitute full compensation for providing water pollution control and shall include furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing, constructing, maintaining, removing and disposing of control measures, including those shown on the project plans, as specified in the Special Provisions, the Storm Water Pollution Control Plan, and as directed by the Engineer for all phases of work shown on Drawing Sets 406-1, 430-1, and 430-1A and as specified in these documents. 3. Bid Item 3: ALL OTHER ITEMS TO COMPLETE PROJECT - Price shall constitute full compensation for providing all other items not specifically listed in any of the bid schedules but shown on plans. Lump sump price shall include furnishing all labor, materials, tools,equipment and incidentals for constructing said items. Before the pre-construction meeting, the contractor shall provide a schedule of values for this bid item shown on Drawing Sets 406-1, 430-1, and 430-1A and as specified in these documents. This item can also include deduct items for the project. SCHEDULE 2: PIPELINE IMPROVEMENTS PER DRAWING NO. 406-1 1. Bid Item 2-1: PROVIDE EXCAVATION SAFETY MEASURES - Lump sum price shall constitute full compensation for providing material, labor, equipment, tools, and incidentalsrequired to install and remove shoring associated with trench required for 24-inch water main, the 16-inch pipeline and 8-inch pipeline to the flow control vault and shoring for the vault installation as required. 2. Bid Item 2-2: 24-INCH DUCTILE IRON PIPE - Price shall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to install 24-inch Class 50, ductile iron pipe, including' trenching, backfilling and trench repair, pavement removal and repair, all fittings as specified and thrust blocks required by specifications and as shown on Construction Plans. Measurement shall be along centerline of 24-inch pipe and shall include in-line valves and fittings. 3. Bid Item 2-3: 16-INCH DUCTILE IRON PIPE - Price shall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to install 16-inch Class 50, ductile iron pipe, including trenching, backfilling and trench repair, pavement removal and repair, and all fittings as specified and shown on Construction Plans. Measurement shall be along centernne of pipe and fittings from entrance to new concrete vault to 16-inch valve flanges at 24-inch ductile pipe connection. 4. Bid Item 2-4: 24-INCH BUTTERFLY VALVES - Price shall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to install 24-inch butterfly valves (Class 150), complete in place, as specified and shown. 5. Bid Item 2-5: 16-INCH GATE VALVES - Price shall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to install 16-inch gate valves (Class 150), complete in place, as specified and shown. 6. Bid Item 2-6: FLOW CONTROL VALVE VAULT (SYSTEM COMPLETE) - Lump sum priceshall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to install the flow control valve vault including precast vault, pipinq, valves, excavation, backfill, grading, concrete curb, landscape mesh and crushed rock surfacing, silt fence, mulch, telephone service (trench excavation, backfijl, compaction, replacement of landscape and hardscape in kind, conduit, mandrelling conduit and installing pull ropes in accordance with AT&T specifications}, electrical service (including meter pedestal, trench excavation, backfill, compactions, replacement of landscape and hardscape in kind, conduit, cable, pull boxes in accordance with SDG&E requirements), and any ancillary work required for phone and electric service. Contractor shall provided detailed schedule of values for this item. Lump sum price also includes abandonment of the existing vault per DWG 406-1, sheet 4, detail 6, Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 111 of 183 Pages 7. Bid Item 2-7: 6-INCH BLOWOFF ASSEMBLIES - Price shall constitute full compensation for providing all material, labor, equipment, tools, and incidentals required to install the blow-offs as indicated, including valves, trenching, installation, and trench repair, complete in place, as specified and shown. 8. Bid Item 2-8: 8-INCH DUCTILE IRON PIPE CONNECTION - Lump sum price shall constitute full compensation for providing material, labor, equipment, tools and incidentals required to install 8-inch ductile iron pipe and fittings at approximate station 16 + 66 along the proposed 24-inch ductile iron pipeline, including trenching, backfilling and trench repair, pavement removal and repair, all fittings and 8-inch gate valve complete in place as specified and shown. 9. Bid Item 2-9: 2-INCH COMBINATION AIR RELEASE AND VACUUM VALVE ASSEMBLIES - Price shall constitute full compensation for the providing all material, labor, equipment, tools, and incidentals required to install the air vacuum valves as indicated, including trenching, installation and trench repair, complete in place, as specified and shown. 10. Bid Item 2-10: PERFORM EXPLORATORY EXCAVATION AT UNDERGROUND UTILITY CROSSINGS AND POINTS OF CONNECTION - Lump sum price shall constitute full compensation for providing material, labor, equipment, tools and incidentals required for 24-inch, 16-inch pipeline and 8-inch pipeline at all underground utility crossings and points of connection to verify size, location, and type of existing facility. Price shall include excavation, and including, but not limited to, pavement removal and restoration, excavation and backfill, obtaining depths and sizes of utilities, traffic control and ancillary work. 11. Bid Item 2-11: FURNISH, INSTALL, MAINTAIN AND REMOVE TRAFFIC CONTROL - Lump sum price shall constitute full compensation to furnish, install, and maintain temporary construction traffic control including all labor, equipment, and materials for all work and any appurtenant work as shown on the plans and called for in the specifications, complete in place as needed for the installation of the bid items of Schedules 1 and 2. This item includes traffic control plans (TCPs), modifications to TCPs, portable barriers, temporary pavement markings,, signs, barricades, lights, flagmen and any other traffic control devices, complete in place, as specified and shown, as required by the Traffic Control Plans and as developed by the Contractor and approved, and as required by the City. 12. Bid Item 2-12: INSTALL, MAINTAIN AND REMOVE BYPASS SYSTEM AT COUGAR - Lump sum price shall constitute full compensation for providing by-pass system at Cougar satisfactory to meet flow demands and shall include furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in disinfection, control, restraints, installing, constructing, maintaining, removing and disposing of bypass system at Cougar, including those shown on the project plans, as specified in the Special Provisions, and as directed by the Engineer. 13. Bid Item 2-13: 2-WIRE TEST STATION WITH ANODES PER W-26 TO W-32 (APPENDIX "I") - Lump Sum price shall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to install 2 cathodic protections test stations complete in place, as specified and shown. 14. Bid Item 2-14: 8-INCH DUCTILE IRON PIPE CONNECTION - Lump sum price shall constitute full compensation for providing material, labor, equipment, tools and incidentals required to install 8-inch ductile iron pipe and fittings at approximate station 11+63 along the proposed 24-inch ductile iron pipeline, including trenching, backfilling and trench repair, pavement removal and repair, all fittings, thrust blocks and 8-inch gate valve complete in place as specified and shown. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 112 of 183 Pages 15. Bid Item 2-15: 12-INCH DUCTILE IRON PIPE CONNECTION - Lump sum price shall constitute full compensation for providing material, labor, equipment, tools and incidentals required to install 12-inch ductile iron pipe and fittings at approximate Station 4 + 03 along the proposed 24-inch ductile iron pipeline, including trenching, backfilling and trench repair, pavement removal and repair, all fittings and remove existing and install new 12-inch gate valve complete in place as specified and shown. 16. Bid Item 2-16: 12-INCH DUCTILE IRON PIPE CONNECTION - Lump sum price shall constitute full compensation for providing material, labor, equipment, tools and incidentals required to install 12-inch ductile iron pipe and fittings at approximate Station 20 + 84 along the proposed 24-inch ductile iron pipeline, including trenching, backfilling and trench repair, pavement removal and repair, all fittings, thrust blocks and 12-inch gate valve complete in place as specified and shown. BID SCHEDULE 3 -ASPHALT OVERLAY PER DRAWING NO. 406-1 1. Bid Item 3-1: ASPHALT RUBBER HOT MIX (ARHM) OVERLAY - Price shall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to install the specified asphalt rubber hot mix overlay along the northeasterly half of the El Camino Real roadway, including removing thermoplastic pavement markings, crack fill and seal, remove and dispose of unsuitable material and replace with aggregate base, as specified and shown on Construction Plans. 2. Bid Item 3-2: FULL RAISE OF MANHOLES AND VALVE/MONUMENT BOXES - Price shall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to raise all manhole and valve/monument boxes required, as specified and shown. 3. Bid Item 3-3: FURNISH, INSTALL, MAINTAIN AND REMOVE TRAFFIC CONTROL - Lump sum price shall constitute full compensation to furnish, install, and maintain temporary construction traffic control including all labor, equipment, and materials for all work and any appurtenant work as shown on the plans and called for in the specifications, complete in place as needed for the installation of the bid items of Schedules 1 and 3. This item includes traffic control plans (TCPs), modifications to TCPs, portable barriers, temporary pavement markings,, signs, barricades, lights, flagmen and any other traffic control devices, complete in place, as specified and shown, as required by the Traffic Control Plans and as developed by the Contractor and approved, and as required by the City. 4. Bid Item 3-4: FINAL STRIPING AND PAVEMENT MARKINGS - Lump sum price shall constitute full compensation for providing material, labor, equipment, tools, and incidentals required to install all pavement markings along northeastern half of the El Camino Real roadway removed or covered by the pipeline excavation, pavement repair and overlay. 5. Bid Item 3-5: ASPHALT CONCRETE COLD MILLING 5 FOOT WIDTH - Price shall constitute full compensation for providing material, labor, equipment, tools, sawcutting and incidentals required to cold mill existing pavement as specified and shown including removing and disposing of pavement fabric when encountered and removing and disposing of asphaltic concrete. 6. Bid Item 3-6: ABANDON EXISTING VALVE VAULTS - Lump sum price shall constitute full compensation for removal and disposal of existing valves, removal of upper 24 inch of manhole entry risers, filling vaults with crushed rock, concrete cover and pavement as specified and shown. 7. Bid Item 3-7: 3-INCH GRIND AND PATCH - Price shall constitute full compensation for providing material, labor, equipment, tools and incidentals for the grinding and patching of existing pavement as specified and shown. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 113 of 183 Pages BID SCHEDULE 4 - CONCRETE WORK FOR DRAWING NO. 406-1 1. Bid Item 4-1: REMOVE/REPLACE PCC DRIVEWAY PER SDRSD G-14A DRIVEWAY CURB OPENING 26' (INCLUDES CURB AND GUTTER) - Price shall constitute full compensation for providing material, labor, equipment, tools, sawcut and incidentals for the demolition and disposal of the existing driveway, concrete structures, landscaping, relocation of irrigation and curb and installation of a PCC driveway, sidewalk, curb and gutter as shown on the Construction Plans and per SDRSD G-14A. 2. Bid Item 4-2:REMOVE/REPLACE 4-INCH PCC SIDEWALK - Price shall constitute full compensation for providing material, labor, equipment, tools, sawcut and incidentals for the demolition and disposal of the existing damaged sidewalk and installation of 4-inch thick PCC sidewalk per SDRSD G-7 contiguous with back of curb as specified and as shown on the Construction Plans. 3. Bid Item 4-3: TYPE G CURB AND GUTTER PER SDRSD G-2 - Price shall constitute full compensation for providing material, labor, equipment, tools, sawcut and incidentals for the demolition and disposal of the existing damaged curb and gutter and installation of PCC curb and gutter as shown on the Construction Plans and per SDRSD G-2 Type G. 4. Bid Item 4-4: FURNISH, INSTALL, MAINTAIN AND REMOVE TRAFFIC CONTROL - Lump sum price shall constitute full compensation to furnish, install, and maintain temporary con- struction traffic control including all labor, equipment, and materials for all work and any appurtenant work as shown on the plans and called for in the specifications, complete in place as needed for the installation of the bid items of Schedules 1 and 4. This item includes traffic control plans (TCPs), modifications to TCPs, portable barriers, temporary pavement markings,, signs, barricades, lights, flagmen and any other traffic control devices, complete in place, as specified and shown, as required by the Traffic Control Plans and as developed by the Contractor and approved, and as required by the City. BID SCHEDULE 5 -WIDENING NORTH OF COUGAR DRIVE PER DRAWING NO. 430-1 1. Bid Item 5-1: TRAFFIC CONTROL - Price shall constitute full compensation to furnish, install, and maintain temporary construction traffic control including all labor, equipment, tools, and materials for all work and any appurtenant work as shown on the plans and called for in the specifications, complete in place as needed for the installation of the bid items of Schedules 1 and 5. This item includes traffic control plans (TCPs), modifications to TCPs, portable barriers, temporary pavement markings, signs, barricades, lights, flagmen and any other traffic control devices, complete in place, as specified and shown, as required by the Traffic Control Plans and as developed by the Contractor and approved, and as required by the City. 2. Bid Item 5-2: CLEARING AND GRUBBING - Price shall constitute full compensation to remove and dispose all materials as per Section 300-1 including but not limited to removal and disposal of contaminated soils, trees and vegetation, street poles and lights, fences, asphalt concrete (including sawcut), AC dike, aggregate base, concrete curb, gutter and sidewalk, gates, headwalls, rip-rap, traffic signs, underground pipes and conduits, and replacement of contaminated soil. 3. Bid Item 5-3: UNCLASSIFIED EXCAVATION - Price shall constitute full compensation for items including but not limited to disposal of surplus and unsuitable materials, stockpiling, recompaction, mixing, grading, backfilling, scarification and moisture adjustments as de- scribed in Section 300-2. 4. Bid Item 5-4: CRUSHED AGGREGATE BASE - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for placing crushed aggregate base as shown on plans and specified in these documents. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 114 of 183 Pages 5. Bid Item 5-5: ASPHALT CONCRETE PAVEMENT - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, cold milling existing pavement, and incidentals for placing asphalt concrete pavement as shown on plans and specified in these documents. AC pavement overlay shall be paid as part of Bid Schedule 3. 6. Bid Item 5-6: ADJUST WATER VALVE TO GRADE PER CMWD W13 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for adjusting water valves to grade as shown on plans and specified in these documents. 7. Bid Item 5-7: 6" TYPE "G" CURB AND GUTTER PER SDRSD G-2 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and incidentals for installing curb and gutter as shown on plans and specified in these documents. 8. Bid Item 5-8: 4" THICK PCC SIDEWALK PER SDRSD G-7 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and incidentals for PCC sidewalk as shown on plans and specified in these documents. 9. Bid Item 5-9: CHAIN LINK FENCE PER SDRSD M-6 AND GATE PER SDRSD M-5 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for installing chain link fence and gate as shown on plans and specified in these documents. 10. Bid Item 5-10: 12" PVC DRAINAGE PIPE (SDR-35) - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to installation of pipe, reinforced concrete cap, concrete lug, other appurtenances, trenching, backfilling, and compaction as shown on plans and specified in these documents. 11. Bid Item 5-11: CATCH BASIN TYPE G-1 PER SDRSD D-8 WITH THERMOPLASTIC MARKER - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited catch basin construction, thermoplastic marker, trenching, backfilling, and compaction as shown on plans and specified in these documents. 12. Bid Item 5-12: 1" WATER SERVICE CONNECTION FOR 5/8" METER PER CMWD W3 AND WATER METER - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all trenching, backfilling, compaction, grading, pipes, fittings, connections, taps and coordination efforts with CMWD as shown on plans and specified in these documents. 13. Bid Item 5-13: RELOCATE AIR-VACUUM VALVE ASSEMBLY PER CMWD W7-A - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all trenching, backfilling, compaction, grading, pipes, fittings, connections, taps and coordination efforts with CMWD as shown on plans and specified in these documents. 14. Bid Item 5-14: RETAINING WALL AND PAD FOR AIR-VACUUM VALVES - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all excavation, backfilling, compaction, grading, block installation, and concrete work for retaining wall and pad as shown on plans and specified in these documents. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 115 of 183 Pages 15. Bid Item 5-15: LANDSCAPING - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all excavation, backfilling, grading, watering, planting, fertilize application, and ground cover application as shown on plans and specified in these documents. 16. Bid Item 5-16: IRRIGATION SYSTEM - CITY OF CARLSBAD - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all trenching, backfilling, compaction, pipes, fittings, connections, taps and sprinkler equipment as shown on plans and specified in these documents. The City of Carlsbad irrigation area is shown on sheet 8 of drawing set 430-1 in the east portion of the project as divided by the property line. 17. Bid Item 5-17: IRRIGATION SYSTEM - PRIVATE RESIDENTIAL - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all trenching, backfilling, compaction, pipes, fittings, connections, taps and sprinkler equipment as shown on plans and specified in these documents. The Private Residential irrigation area is shown on sheet 8 of drawing set 430-1 in the central portion of the project as divided by the property lines. 18. Bid Item 5-18: IRRIGATION SYSTEM - HOME OWNER'S ASSOCIATION - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all trenching, backfilling, compaction, pipes, fittings, connections, taps and sprinkler equipment as shown on plans and specified in these documents. The Home Owner's Association irrigation area is shown on sheet 8 of drawing set 430-1 in the west portion of the project as divided by the property line. 19. Bid Item 5-19: TRAFFIC SIGNING, STRIPING, AND PAVEMENT MARKINGS - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all removal of old and applications of new traffic features as shown on plans and specified in these documents. Features included in Bid Schedule 3 -Asphalt Overlay shall be excluded. BID SCHEDULE 6 - MEDIAN IMPROVEMENTS PER DRAWING NO. 430-1A 1. Bid Item 6-1: TRAFFIC CONTROL - Price shall constitute full compensation to furnish, install, and maintain temporary construction traffic control including all labor, equipment, and materials for all work and any appurtenant work as shown on the plans and called for in the specifications, complete in place as needed for the installation of the bid items of Schedules 1 and 6. This item includes traffic control plans (TCPs), modifications to TCPs, portable barriers, temporary pavement markings, signs, barricades, lights, flagmen and any other traffic control devices, complete in place, as specified and shown, as required by the Traffic Control Plans and as developed by the Contractor and approved, and as required by the City. 2. Bid Item 6-2: CLEARING AND GRUBBING - Price shall constitute full compensation to remove and dispose all materials as per Section 300-1 including but not limited to removal and disposal of contaminated soils, trees and vegetation, asphalt concrete (including sawcut), aggregate base, concrete curb, median, traffic signs, underground pipes and conduits, and replacement of contaminated soil. 3. Bid Item 6-3: UNCLASSIFIED EXCAVATION - Price shall constitute full compensation for items including but not limited to disposal of surplus and unsuitable materials, stockpiling, recompaction, mixing, grading, backfilling, scarification and moisture adjustments as described in Section 300-2. 4. Bid Item 6-4: CRUSHED AGGREGATE BASE - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for all activities to place crushed aggregate base for pavement, curb, and concrete as shown on plans and specified in these documents. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 116 of 183 Pages 5. Bid Item 6-5: ASPHALT CONCRETE PAVEMENT - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, cold milling existing pavement, and incidentals for all activities to place asphalt concrete pavement as shown on plans and specified in these documents. 6. Bid Item 6-6: 6" MEDIAN CURB PER CITY OF CARLSBAD GS-18 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and incidentals for including but not limited to all excavation, backfilling, and compaction for all activities to place median curb as shown on plans and specified in these documents. 7. Bid Item 6-7: 4" THICK COLORED CONCRETE - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and incidentals for all activities to place colored concrete as shown on plans and specified in these documents. 8. Bid Item 6-8: TRAFFIC STRIPING AND PAVEMENT MARKERS - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all removal of old and applications of new traffic features as shown on plans and specified in these documents. 9. Bid Item 6-9: LANDSCAPE AND IRRIGATION AT DRIVEWAY - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all excavation, backfilling, compaction, grading, watering, planting, fertilize application, ground cover application, pipes, fittings, connections, taps and sprinkler equipment as shown on plans and specified in these documents. 10. Bid Item 6-10: BEGONIA REPLACEMENT - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and incidentals for including but not limited to all excavation, backfilling, compaction, grading, watering, planting, fertilize application, and ground cover application, to remove and replace existing begonias as shown on plans (sheet 4) and specified in these documents. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 117 of 183 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following 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(6). 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(6). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes 50-mm (2") 37.5-mm(11/2") 19-mm (3/4") 12.5-mm (V) 9.5-mm (3/8") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-um (no. 200) Percen Type A — — 100 95-100 70-100 0-55 0-10 0-3 tage Passing Type 8 100 95-100 50-100 — 15-55 0-25 0-5 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Sieve Sizes 25-mm(1") 19-mm (3/4") 9.5-mm (3/8") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-um (No. 30) 300-um (No. 50) 75-um (no. 200) Percentage Passing 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 118 of 181 Pages 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. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 119 of 181 Pages SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201 -1.1.2(A)(3) PORTLAND CEMENT CONCRETE Type of Construction All Concrete Used Within the Right-of-Way Trench Backfill Slurry Street Light Foundations and Survey Monuments Traffic Signal Foundations Concreted-Rock Erosion Protection Concrete Class 330-C-23 (560-C-3250) (1) 115-E-3 (190-E-400) 330-C-23 (560-C-3250) 350-C-27 (590-C-3750) 310-C-17 (520-C-2500P) Maximum Slump mm (Inches) w 200 (8") 100 (4") 100 (4") per Table 300-1 1.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: Match existing paving adjacent/along El Camino Real Curing: Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manufacturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). oRevised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 120 of 181 Pages 201-1.2.4 Chemical Admixtures, (d) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.2.6 Finish. Pattern to match existing median paving. Add the following: 201-1.2.7 Miscellaneous Concrete Finishing Products. 201-1.2.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 g/l) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 121 of 181 Pages 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following. All finished concrete surfaces shall have a %" 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. 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 "A" 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, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.6 Type "C" Sealant (Asphalt-Latex Emulsion Joint Sealant). First paragraph, 2nd sentence, delete Grade AR-1000 and replace with Performance Grade PG-64-10. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 122 of 181 Pages SECTION 203 - BITUMINOUS MATERIALS 203-1 PAVING ASPHALT DELETE section 203-1.2 and ADD the following: 203-1.2 Testing Requirements. Asphalt shall be specified by performance grade and shall conform to the requirements in Table 203.1.2 (A). Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 123 of 181 Pages TABLE 203-1.2 (A) PraHo AASHTOGrade Test PG58-22 PG64-10 PG64-16 PG64-28 PG70-10 Original Binder Flash Point, °C, minimum Solubility, %, minimum Viscosity, 135°C, Pa-s, maximum8 Dynamic Shear Test Temperature, "C Dynamic Shear, 10 rad/s, G*/Sin6, kPa, minimum T48 T44 T316 T315 T315 230 99.0 3.0 58 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 64 1.00 230 99.0 3.0 70 1.00 RTFO Aged Binder Mass Loss, %, maximum Dynamic Shear Test Temperature, °C Dynamic Shear, 10 rad/s, G*/Sin6, kPa, minimum Ductility, 25°C, 5 cm/min, cm, minimum T240 T315 T315 T51 1.00 58 2.20 75 1.00 64 2.20 75 1.00 64 2.20 75 1.00 64 2.20 75 1.00 70 2.20 75 RTFO and PAV Aged Binder PAV Aging Temperature, °C Dynamic Shear Test Temperature, °C Dynamic Shear, 10 rad/s, G*-Sin6, kPa, maximum Bending Beam Test Temperature, °C Creep Stiffness, MPa, maximum m-value, minimum R28 T315 T315 T313 T313 T313 100 22b 5000 -12 300 0.300 100 31b 5000 0 300 0.300 100 28b 5000 -6 300 0.300 100 22b 5000 -18 300 0.300 110 34b 5000 0 300 0.300 Notes: "This requirement may be waived at the discretion of the specifying agency if the supplier warrants that the asphalt binder can be adequately pumped and mixed at temperatures that meet all applicable safety standards blf the PAV aged binder exceeds 5000 kPa at the designated test temperature, it will be deemed acceptable if it is less than 5000 kPa when tested at a 3°C higher test temperature 203-1.3 Test Reports and Certifications. First paragraph, last sentence modify as follows: The certified test reports and the testing required in connection with the reports shall be submitted at no cost to the Agency in accordance with 2-5.3.4. Add the following: Asphalt shall be supplied by a California Department of Transportation approved vendors or as specified in the Special Provisions. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 124 of 181 Pages 203-1.4 Temperature. Delete table 203-1.4 (A) and replace with the following: TABLE 203-1 .4 (A] ASPHALT GRADE PG 70-10 PG 64-28 PG64-16 PG 64-10 PG 58-22 PLANT MIXING TEMPERATURE °C ( °F) Minimum 150 (300) 135 (275) 135 (275) 135 (275) 135 (275) Maximum 175 (350) 160(325) 160(325) 160 (325) 160(325) DISTRIBUTION APPLICATION TEMPERATURE °C ( °F) Minimum 140 (285) 140 (285) 140 (285) 140 (285) 140 (285) Maximum 175 (350) 175 (350) 175 (350) 175 (350) 175 (350) 203-1.6 Measurement and Payment. Delete Table 203-1.6 (A) and replace with the following: TABLE 203-1.4 (A) Grade of Material PG 70-10 PG 64-28 PG64-16 PG 64-10 PG 58-22 Liters Per Tonne at 15°C (Gallons Per Ton at 60°F) 981 (235) 981 (235) 981 (235) 981 (235) 981 (235) Grams per Liter At 15°C (Lbs. Per Gallon at 60°F) 1020(8.51) 1020(8.51) 1020(8.51) 1020(8.51) 1020(8.51) 203-6 ASPHALT CONCRETE. 203-6.1 General. Second paragraph, first sentence modify as follows: delete "C2-AR-4000" and replace with "C2-PG 64-10". Second paragraph, second sentence delete "C2-AR4000-RAP" and replace with "C2-PG 64-10 RAP". Add the following: The Contractor shall submit a design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions. DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-PG 64-10 for surface course, and B-PG 64-10 for base course. Asphalt concrete shall be class D2-PG 70-10 for dikes and class E-PG 70-10 for ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 125 of 181 Pages 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. Stability1 using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Stability will be waived provided the extracted asphalt concrete is within +I-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). 2Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +1-4. 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. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.4 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +I-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (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 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. 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 203-6.3.2 (A). 203-6.7.1 General. Second paragraph, add after D 2172: "method A or B." 203-6.7.2, Batch Plant Method. Modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". 203-6.8 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 203-7 RECYCLED ASPHALT CONCRETE - HOT MIXED. 203-7.1 General. Second paragraph, delete C2-AR-4000-RAC and replace with C2- PG 64-10- RAC. 203-7.2.2 Reclaimed Asphalt Pavement. Second paragraph, delete "asphalt viscosity" and replace with "performance grade." Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 126 of 181 Pages 203-7.2.3 RAC Bituminous Material. Delete last paragraph and replace with the following: The test results for RAC binder shall meet the RTFO and PAV test requirements in 203-1.2 (A) for the PG grade specified. 203-10.2.1 Asphalt. Delete "Viscosity Grade AR-4000" and replace with "Performance Grade PG 64-10." 203-10.2.4 Composition and Grading. Delete "III-C3-AR4000" and replace with "III-C3-PG 64-10." 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS DELETE section 203-11.2.1 and ADD the following: 203-11.2.1 Paving Asphalt. The asphalt used for asphalt-rubber shall be PG 64-16 conforming to 203-1 and shall be modified with an asphalt modifier. Performance Grade asphalts other than PG 64-16 may be used upon approval of the Engineer. 203-11.3 Composition and Grading. ARHM-GG-CPG64-16. Add the following: Asphalt Rubber Hot Mix shall be class Add the following section: 203-13 ASPHALT PAVEMENT CRACK SEALANTS 203-13.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 203-13.1 (A). TABLE 203-13.1 (A) ELASTOMERIC SEALANT CHARACTERISTICS Property Hardness (indentation) Tensile Strength Elongation Flex at -40°C Weathering Resistance Salt-Spray Resistance Dielectric Constant Measuring Standard (ASTM Designation) ASTM D 2240 Rex. Type A, Model 1700 ASTM D 41 2 Die C, ASTM D 41 2 Die C, 0.6 mm (25 mil) Free Film Bend (180°) ASTM D 822 Weatherometer 350 h ASTM B 117 28 days at 38°C ASTM D 150 Results 65-85 3.45 MPa, minimum 400%, minimum No cracks Slight chalking 3.45 MPa, minimum tensile; 400% minimum Elongation Less than 25% change Conditions 25°C @ 50% relative humidity pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 1 3 mm C/2") Mandrel Cured 7 days at 25°C @ 50% relative humidity 5% NaCI, Die C, pulled at 508 mm (20") per minute over a temperature range of -30=»C to 50^C Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 127 of 181 Pages 203-13.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature is less than 7°C (45°F). 203-13.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375T) 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 203-13.3(A). TABLE 203-13.3(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, °C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 ASTM D 36 ASTM D 113 ASTM D 92 ASTM D 4402 Results 3.5 mm, max. 5 mm, max. 25%, min. 82 °C, min. 300 mm, min. 288 °C, min. 2.5-3.5 Pa-s Conditions 25°C, 150g, 5s 25°C 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) - USES GRADES Headers for bituminous pavement up to 50 mm x 100mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") Construction grade Redwood or preservative treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 128 of 181 Pages SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1 Permanent Traffic Signs. Permanent traffic signs shall consist of 10-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", Sheets 1 through 5 that accompany "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHART", dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the "SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.1.2 Sign Identification. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" as follows: Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", except that the notation shall be "PROPERTY OF THE CITY OF CARLSBAD" Add the following section: 206-7.1.3 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. Add the following section: 206-7.1.4 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.1.5 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 129 of 181 Pages Add the following section: 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. Add the following section: 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. Add the following section: 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. Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "Specifications For Reflective Sheeting Signs, October 1993", Sheets 1 through 5 that accompany "Specifications For Reflective Sheeting Signs, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COUDR CHART", dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The "Specification For Reflective Sheeting Signs, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said "Specifications For Reflective Sheeting Signs, October 1993", to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2.2 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard temporary traffic signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.2.4 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 130 of 181 Pages Add the following section: 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" 1995 edition standard plans numbers 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. 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 specified for aluminum signs in the "Specifications For Reflective Sheeting Signs, October 1993". Add the following section: 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. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall 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 sign panels for stationary mounted signs in the "Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. 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 Supplemental 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 11mm (7/16") holes on 25 mm (1") centers. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 131 of 181 Pages Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(6). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) 25x25 32x32 38x38 44x44 51 x51 56x56 57x57 64x64 51 x76 (1x1) dV.xl1/,) (1V2X1V2) (13/4x13/4) (2x2) (23/16 x 23/16) (2V4 x 2V4) (2V2x21/2) (2x3) Outside Tolerance for All Sides at Corners mm (inches) 0.13 0.15 0.15 0.20 0.20 0.25 0.25 0.25 0.25 0.005 0.006 0.006 0.008 0.008 0.010 0.010 0.010 0.010 TABLE 206-8.2(6) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) 25x25 32x32 38x38 44x44 51 x51 56x56 57x57 64x64 51 x76 (1x1) d-V.Xl-V,) d-VzxI-Vz) (1-3/4x1-3/4) (2x2) (2-3/16 x 2-3/16) (2-V4 x 2-V4) (2-V2 x 2-1/,) (2x3) Squareness11' mm (Inches) 0.15 0.18 0.20 0.25 0.30 0.36 0.36 0.38 0.46 0.006 0.007 0.009 0.010 0.012 0.014 1.014 0.015 0.018 Twist Permissible in 900 mm (3") mm(2) (Inches)*2' 1.3 1.3 1.3 1.6 1.6 1.6 1.6 1.9 1.9 0.050 0.050 0.050 0.062 0.062 0.062 0.062 0.075 0.075 (1) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2) 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 132 of 181 Pages 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 III. Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. 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 (71) above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (15001) and shall be legible from a distance of 230 m (7501), 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 133 of 181 Pages 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. PCMS shall be transferred to the City at the completion of the project. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. The contract unit price for PCMS shall be included in traffic control and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 207 - PIPE Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Thickness Tensile strength Elongation Printability Flexibility Inks Message repeat Foil Top layer Bottom layer Adhesives Bond strength Colors Method ASTM D2103 ASTM D882 ASTM D882-88 ASTM D2578 ASTM D671-81 Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Boiling H2O at 100 degrees Celsius APWA Code Value 01 14 mm (0.0056") 4500g/cm (25 Ibs/inch) (5,500 PSI) <50 percent at break >50 dynes/square centimeter Pliable hand Heat-set Mylex Every 500 mm(20") Dead soft/annealed Virgin PET Virgin LDPE >30 percent, solid 1 .5#/R Five hours without peel See Table 207-25.1 (B) Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 134 of 181 Pages TABLE 207-25.1(6) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable television. Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. Public Buildings Service Guide PBS 4-1501, Amendment 2, Page 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, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC Specification for Mechanical and Electrical Equipment - 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. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Temporary Railing type (K) Pre-treatment / Surface Preparation Abrasive Blast Cleaning to a Roughened, Textured Appearance Primer None (1) acrylic emulsion paint designed for use on exterior masonry. This paint sha Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterioi This paint may be tinted by using "universal" or "all purpose" concentrates. Finish Coats Two coats white Acrylic Emulsion Paint <1) 1 comply in all respects to r. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 135 of 181 Pages 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No. 8010-004 (Type II). CALTRANS 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 (V8") 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 slag 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. 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 overlapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210-1, "Paint." Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with 2 applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 136 of 181 Pages SECTION 211—SOILS AND AGGREGATE TESTS Add the following section: 211-3 AGRONOMIC SOILS TEST. Contractor shall submit agronomic soil analysis report with recommendations for soil amendments from a licensed laboratory to Engineer at conclusion of rough grading and prior to soil conditioning. Soil testing shall be paid for by Contractor. The test shall indicate: (a) organic matter content (%) (b) fertility—nitrogen (N), phosphorus (P), potassium (K) (c) pH (acid-alkaline reaction) (d) ECe (salinity) (e) SAR (sodium absorption ratio) (f) texture (sand, silt, clay) (g) recommendations for amendments (h) specific toxicities (boron, chloride, fluoride, sodium, etc.) SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.1 Topsoil. Topsoil, including soil found in place and imported topsoil, shall meet requirements of Section 212-1.1.2 "Class A Topsoil", relating to agricultural suitability. Add the following sections: 212-1.1.2 Class "A" Topsoil. (Add the following sections): 4) Salinity. The topsoil shall be reasonably free of harmful salts (ECe rating of 3.0 millisiemens/cm or less) and shall be free from insoluble carbonates and toxic substances harmful to plant growth or a hindrance to maintenance operations. 5) Weeds. The topsoil shall be free of seeds, rhizomes, and runners from objectionable weeds and grasses (nut grass, salt grass, Bermuda grass, kikuyu grass, artichoke, Russian thistle, etc.). 6) Soil analysis. Topsoil shall have the following analysis: • pH—6.0 (min..) to 7.5 (max.) • SAR—zero (6) to six (6) 7) Topsoil shall consist of no more than five (5) percent by volume of stones smaller than one inch, coarse sand, and small clay lumps. 212-1.2.3 Commercial Fertilizer. Add the following: Preplan! fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. Rate of application is for bidding purposes only. Soil test may reduce or increase total soil amendment yardage. Adjustments may be necessary. Contractor shall obtain a soil test from the laboratory specified in the construction drawings of final grade at site and submit results to the Engineer for interpretation and recommendation. The Contractor shall submit a binding unit price for each itemized soil amendment that will be used to determine changes to the contract amount in the event of modifications to rates of applications as specified herein. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 137 of 181 Pages Add the following sections: 212-1.2.3.1 Commercial Fertilizer for Drawing No. 460-1A along Faraday Avenue. (Add the following sections): 212-1.2.3.1.1 Pre-Plant Fertilizer. (a) Pre-plant commercial fertilizer shall contain the following minimum available percentage by weight: Nitrogen 6% Phosphoric Acid 20% Potash 20% (b) Pre-plant commercial fertilizer for planting backfill mix shall be "Gro-Power Plus," "Tri-C 6- 2-4," or approved substitution with the following minimum available percentage by weight: Nitrogen 5% Phosphoric Acid 2% Potash 1 % 212-1.2.3.1.2 Post-Plant Fertilizer. (a) Turf (during plant establishment period): Post-planting commercial fertilizer shall contain the following minimum available percentage by weight: Warm Season Cool Season Nitrogen 21% 22% Phosphoric Acid 0% 3% Potash 0% 9% (b) Shrub and Turf (end of plant establishment period): Post-planting commercial fertilizer shall contain the following minimum available percentage by weight: Nitrogen 16% Phosphoric Acid 6% Potash 8% 212-1.2.3.1.3 Iron Sulfate. Iron sulfate shall be a long-lasting pelletized soil supplement, and shall contain the following minimum available percentages by weight: Calcium 1.00% Copper 0.06% Iron 11.00% Nitrogen 1.00% Sulfur 12.00% Manganese 0.05% Magnesium 1.00% Zinc 0.50% Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 138 of 181 Pages 212-1.2.3.1.4 Fertilizer Tablets. Fertilizer tablets shall be tightly compressed, long-lasting, and slow-release with the following minimum guaranteed analysis: Nitrogen 20% Phosphoric Acid 10% Potash 5% 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 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(8): Table 212-1.2.4(8) SOIL AMENDMENT PROPERTIES Property Dry Weight Nitrogen Dry Weight Passing 25 mm (1") Sieve Dry Weight Passing #4 Sieve Dry Weight Passing #16 Sieve Dry Weight Passing #30 Sieve Dry Weight Passing #50 Sieve Dry Weight Passing #1 00 Sieve Salinity Iron ( Dilute acid soluble on dry weight basis) Ash (dry weight basis) PH Wettability Minimum (1) 100% 95% 45% 30% 0% 0% (D 0.08% 0% 6.0 (D Maximum (D 100% 100% 65% 40% 10% 2% (D— 6.0% 7.0 (D (1) (As Required by Table 212-1.2.4(A) SSPWC) Organic soil amendments for the area along Faraday Avenue (Dwg 460-1 A) shall be nitrogen- stabilized, composted organic material derived from wood shavings (fir, pine, redwood, or cedar) and green waste. Organic soil amendment shall have the following analysis based on dry weight: (a) Particle Size Percent Passing (min.) 100% 95% 80% 30% Sieve Size 9.51 mm (3/8-inch) 6.35 mm (1/4-inch) 2.38 mm (#8, 8 mesh) 0.50 mm (#35, 32 mesh) (b) Organic Content: 90% as determined by ash analysis (8% ash min.). Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 139 of 181 Pages (c) Chemistry: 1. pH: 6.0-7.5 2. Minimum 0.80% available nitrogen. 3. Minimum 0.10% dilute acid soluble iron. 4. Salinity shall not exceed 3.0 millisiemens/cm @ 25°C. as measured by the saturation extract method. (d) Organic soil amendment shall be treated with a nonionic wetting agent. 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 ongoing 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. 212-1.2.5 Mulch. Delete entire section and replace with the following: Mulch shall consist of shredded, fibrous, woody chips and shall be clean and free of debris and foul odor. Particle size shall range from 1 to 4 inches long. Provide sample for review and approval by City. Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer's specifications and instructions. Postemergent herbicide for all areas shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following section: 212-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSO4 H20) product - 94.3 percent minimum guaranteed active ingredient and 17 percent minimum sulfur by volume. 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in palletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. Soil Sulfur shall be finely ground, commercial grade agricultural product, with 00% minimum elemental sulfur by volume. Add the following section: 212-1.2.8 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an "auxiliary soil chemical". Stabilizing emulsion shall be miscible with water at time of mixing and application. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 140 of 181 Pages 212-1.3 Seed. Delete second paragraph and add the following: Seed shall be furnished and delivered to site in original sealed containers bearing producer's guaranteed analysis—percentages of seed species, purity, germination, weed seed content, and inert materials. 212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or in the special provisions and shall conform to the requirements of these specifications. Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in "A Checklist of Woody Ornamental Plants in California, Oregon and Washington" published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled clearly with a water-proof tag as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer's decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Plants furnished by the Contractor shall be in accordance with the State of California "Grading Code of Nursery Stock." Provide first grade plants, of normal growth and size for species and variety, symmetrical form, healthy and vigorous, free from injury, disease, insect pests, and insect eggs. Plants shall have healthy normal root systems, well-rooted in containers, but not root bound, and roots shall show no evidence of having been restricted or deformed at any time. Plants shall not be pruned prior to delivery, except as authorized by the City. Trees shall not be topped. Plants shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately "overgrown", or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amendments shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least 60 days before the planting operation has commenced. Substitutions of plants and container sizes at the request of the contractor shall not be made until the Contractor is in receipt of written approval from the City. Requests for substitution shall be accompanied by verifiable written proof of non-availability for material originally specified, including timely ordering of plants. Am¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 141 of 181 Pages No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. Plant material shall be subject to inspection and acceptance by the City before planting. A representative number of plants shall be inspected for size and condition of root growth, insects, injuries and defects. Plants not approved shall be removed from the site immediately and replaced with acceptable plants. The City shall reserve the right to reject entire lots of plants represented by defective samples. Only new materials of species, brands, and types noted on Plans and in Specifications, or approved substitutions, shall be furnished to the project. Samples of products and materials may be required by the City. Submittals for inspection shall be stored on site until furnishing of material is complete. Delivery may begin after acceptance of samples by the City. The Contractor shall notify the Engineer when plants are to be shipped to the project site. The notification shall be given not less than 10 days prior to the actual shipment date. 212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2") diameter turned lodgepole pine, pointed on their driven end. Ten foot (10') length, minimum. Add the following paragraph: 212-1.6 Herbicide. Add the following paragraph: Herbicide shall be non-selective type for total control of undesirable vegetation, available as Roundup or approved substitution. Application shall be in accordance with precautions and rates suggested by the manufacturer. Add the following section: 212-1.7 Maintenance Period, Guarantees and Replacements. The length of time for the Maintenance Period (120 days) is not included in the time specified for the guarantee periods. The guarantee periods shall begin from the date of final project acceptance/notice of completion. All plant material 24" box size and larger shall be guaranteed to live and grow in healthy condition during the contract period, maintenance period and for 1 year from the date of final acceptance. The contractor shall not be held responsible for failure due to neglect by the City, vandalism, etc. during the guarantee period. Report such conditions to the Engineer in writing. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 142 of 181 Pages All plant material smaller than 24" box size shall be guaranteed to live and grow in vigorous, healthy, and upright condition for a minimum of 120 days after final acceptance of work. This guarantee period will be extended beyond the minimum 120 days specified at no additional cost to the City and completely at the Contractor's expense if at such time that at the end 120 days the Contractor has failed to correct any outstanding work deficiencies. Replacement: All plants not healthy and in a vigorous growing condition as determined by the Engineer shall be replaced immediately. Plants used for replacement shall be the same kind and size as specified in the plant list. They shall be furnished, planted and fertilized as originally specified at no cost to the City. Maintenance: Maintain trees, shrubs and groundcovers by watering, weeding, fertilizing, and other operations as required to establish healthy, viable plantings and maintain all planter areas clear and free of all trash and construction debris resulting from any work associated with the project for the entire length of the Maintenance Period. 212-2 IRRIGATION SYSTEM MATERIALS. Add the following: Work included in these Specifications shall consist of the furnishing of labor, tools, materials, permits, fees, appliances, taxes and other costs necessary for the installation of an automatic irrigation system in an acceptable operational condition as specified and shown on the Plans. Material List: Contractor shall furnish articles, equipment, materials, and processes specified by name in Contract Documents. No substitution shall be allowed without prior written approval by the City. 212-2.1.1 General. Replace with the following: Contractor shall furnish only new pipe and fittings of types designated on the Plans and in accordance with the Specifications and shall comply with the following: 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, add the following: Pressure mainline piping for sizes 2-inches and larger shall be PVC having a pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. Pressure mainline piping for size 1- % inches and smaller shall be PVC 1220 (Type 1, grade 2) Schedule 40 with solvent welded joints. Pipe shall meet requirements of Federal Specification PS-2-1-70 for solvent welded pipe and ASTM D1785. PVC non-pressure buried lateral line piping shall be PVC Schedule 40 with solvent welded joints and meet requirements of Federal Specification PS-21-70 for solvent welded pipe and ASTM D1785. PVC pipe shall be marked at intervals not to exceed 5 feet with the following information: • Manufacturer's name or trademark • Size, class or schedule, and type of pipe • Working pressure at 73.4 degrees F. (psi) • National Sanitation Foundation (N.S.F.) rating • Commercial standard designation: CS 256-63 • Date of extrusion • UPC shield logo (IAPMO approval) Solvent cement and primer for PVC solvent welded pressure pipe and fittings shall be "Weld-On" 2711 medium set gray glue with P-70 primer, or approved substitution. Solvent from cans that have been opened overnight shall not be used. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 143 of 181 Pages Solvent cement and primer shall be of the type recommended by pipe and solvent cement manufacturers. Connections between mainline and remote control valves shall be Schedule 80 PVC fittings and nipples. Add the following section: 212-2.1.6 Controller Charts. Provide one controller chart for each automatic controller installed. On the inside surface of the cover of each automatic controller, prepare and mount a color-coded chart showing the valves, mainline, and systems serviced by that particular controller. All valves shall be numbered to match the operation schedule and the drawings. Only those areas controlled by that controller shall be shown. This chart shall be a plot plan, entire or partial, showing building, walks, roads and walls. A photostatic print of this plan, reduced as necessary and legible in all details, shall be made to a size that will fit into the controller cover. This print shall be approved by the Engineer prior to, and shall be hermetically sealed by plastic. This shall then be secured to the inside back of the controller cabinet door. Controller chart shall be a print of actual "as-built" drawing showing the area covered by that controller and reduced to fit in the controller cabinet. Keep reduction to maximum size possible to retain full legibility. Following approval of charts by consultant hermetically seal chart between two layers of 20 mil. thick plastic sheet. Charts must be completed and approved prior to final walk-through of irrigation system. The charts shall be affixed to the inside of the controller cabinet doors using approved mastic or fastening system and in the maintenance room area, if any. Add the following section: 212-2.1.7 Mainline Pressure Test. All PVC Mainlines shall be subjected to a pressure test of 150 psi for a period of 4 hours and shall be watertight. All control valves, and shut-off valves shall be installed prior to testing. All testing shall be in the presence of the Landscape Architect unless otherwise authorized. The Contractor is responsible for proving documentation stating the weather conditions, date, the start time and initial water pressure readings, the finish time and final water pressure readings and the type of equipment used to perform the test. The documentation must be signed by a witness acceptable to the Owner, verifying all of the above mentioned conditions Add the following section: 212-2.1.8 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the requirements of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 percent red brass fittings and connections. Add the following section: 212-2.1.9 Irrigation Line Identification. All buried piping in the irrigation system shall be installed with underground utility marking tape as manufactured by Christy's (tchristy.com) or equal. The tape shall be non-detectable and 3 inches wide. For potable water irrigation lines the tape shall be blue color with a continuous warning "Caution Irrigation Line Buried Below". For reclaimed water lines the tape shall be purple color with a continuous warning "Caution Reclaimed Water Line Buried Below". Intermittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require underground utility marking tape. Add the following section: 212-2.1.10 Recycled water Pipes. All PVC pipe used for irrigation systems for recycled water shall be colored purple by the addition of a dye integral to the PVC. Painted pipe will not be accepted. Stenciled pipe is required for all irrigation system piping including portions not required to be marked with underground utility marking tape. All pipe shall have stenciling appearing on both sides of the pipe with the marking "Reclaimed Water" in 16 mm (5/8") high letters repeated every 300 mm (12"). Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 144 of 181 Pages Add the following section: 212-2.1.11 Handling of PVC Pipe and Fittings. Contractor shall exercise care in handling, loading and storing of PVC pipe and fittings. PVC pipe shall lie flat and not be subject to undue bending and concentrated external load at any point. Pipe that has been damaged shall be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. Add the following section: 212-2.1.12 Concrete Thrust Block an Supports for Irrigation Lines. Concrete thrust block and supports shall be 2,000 PSI minimum compressive strength at twenty-eight days, 5-sack mix, and tool finish on exposed surface. Thrust blocks shall be installed in accordance with Subsection 308-5.2.3. 212-2.2.4 Remote Control Valves. Add the following: Remote Control Valves shall be of the type, model and manufacturer as designated on Plans. Valves shall have minimum operating pressure of 15 psi and minimum flow of 5 gpm. 212-2.2.6 Quick Coupling Valves and Assemblies. Add the following: Quick coupling valves shall be equipped with locking vinyl covers, and shall be of type, size, and manufacturer as designated on Plans. Quick coupler keys shall be brass or bronze with hose swivel assemblies. 212-2.2.7 Valve Boxes. Delete entire section and substitute with the following: Valve boxes shall be of structural plastic polymer construction with UV-inhibitors (Carson, Ametek, or approved substitution) in the following sizes: (a) Quick coupling valves: Use 10-inch diameter round valve boxes with locking lids and box extensions to provide adequate depth. (b) Gate Valves and Ball Valves: Use 12-inch by 17-inch by 12-inch rectangular boxes with locking lids. (c) Remote Control Valves: Use 12-inch by 17-inch by 12-inch rectangular boxes with locking lids. All valve boxes shall be marked "RCV", "BV" or "QC", "PB" respectively. Remote control valves shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be marked with appropriate identification. Letters shall be 2 inches in height and made using stencils and black paint. All stencils and paint shall be approved prior to application. Recycled water valve boxes shall be purple. Potable water valve boxes shall be green. Add the following section: 212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass- reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (Vz") to 50 mm (2") shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Each valve shall be tested, air under water, in the opened and closed position by the manufacturer. Ball valve must conform to Federal Specification WW-V-35B, Type II, Class A, Style 3, End Connection A orC. Add the following section: 212-2.2.9 Pressure Regulator Valve. Pressure regulator valve shall be bronze body with screw fitting. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 145 of 181 Pages Add the following section: 212-2.2.10 Wye Strainers. Wye strainers shall have a cast iron or all-bronze body with a removable stainless steel or monel strainer. Wye strainers shall be capable of withstanding a cold water working pressure of 1034 kPa (150 psi). Wye strainers at backflow preventer assemblies shall be equipped with a gate valve at the outlet. All other wye strainers shall be equipped with a garden valve at the outlet. The strainer screen for the Wye strainer in a backflow preventer assembly shall have an open area equal to at least 3 times the cross-sectional area of the pipe based on an iron pipe size and shall be woven wire fabric with 850-um mesh or perforated sheet with 1.14 mm (0.045") diameter holes. All other Wye strainers shall be equipped with 425-um strainer screens. Add the following section: 212-2.2.11 Anti-drain Valves. Anti-drain valves shall be "CV" series (line size) as manufactured by King Bros. Industries, Inc. (KBI), or approved substitution. 212-2.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be one of the approved reduced pressure principle devices listed by the California Department of Health Services, Division of Drinking Water and Environmental Management, 601 North 7th Street, Mailing Station (MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320. Backflow preventers shall be factory assembled and shall include 2 check valves, one pressure differential relief valve, 2 shut-off valves and 4 test cocks. Backflow preventer and valves shall be the same size as the pipeline in which they are installed, unless otherwise shown on the plans. Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated butterfly valves. Threaded type shut-off valves shall be provided with a union on one side of each valve. Unions shall be brass or malleable iron. 212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (51 to 40') of head. All sprinkler heads that are without valves in the heads are to have an antidrain valve feature and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. Add the following section: 212-2.4.2 Irrigation Valve Identification Tags. Valve I.D. Tags shall be Christy Enterprises Valve I.D. Tags, Standard Yellow Color. These shall be attached to each remote control valve. Add the following section: 212-2.5 General Maintenance and Maintenance Period. General maintenance shall begin immediately after installation of irrigation system. The general maintenance and the maintenance period shall include the following: 1. On a weekly basis the contractor shall keep the irrigation system in good running order and make inspections on the entire system for proper operation and coverage. Repair and cleaning shall be done to keep the system in full operation. 2. Records of all timing changes to control valves from initial installation to time of final acceptance shall be kept and turned over to the owner at the time of final acceptance. 3. During the last week of the maintenance period, provide equipment familiarization and instruction on the total operations of the system to the personnel who will assume responsibility for running the irrigation system. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 146 of 181 Pages 4. At the end of the maintenance period, turn over all operations logs, manuals, instructions, schedules, keys and any other equipment necessary for operation of the irrigation system to the representative of the owner who will assume responsibility for the operations and maintenance of the irrigation system. 5. The maintenance period for the irrigation system shall coincide with the (90) day maintenance period for the landscape plant materials. Add the following section: 212-2.6 Guarantee. Furnish guarantee for a period of one (1) year from the date of final acceptance, including non-settling of the backfill in trenches and excavations, which if occurs, shall be corrected by the Contractor at no additional expense to the Owner, including repairs and/or replacement of any damaged material. The controller shall have a 5 year warranty. Neither the final certificate for payment nor any provision in the contract documents shall relieve the contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting there from which may appear within a period of one year from the date of final acceptance of work. Add the following section: 212-2.7 Additional Equipment. Contractor shall provide three (3) sets of the following items to the Engineer. Each of the three (3) property owners shall receive one (1) set of the following items, in equal quantities: 1. Two (2) control valve keys. 2. Two (2) wrenches for removing each different type of sprinkler head. 3. Two (2) quick coupler keys. The keys and hose ells shall be of the same manufacturer as the coupling valve. 4. Five (5) keys for opening and locking each automatic controller and enclosure. 5. Five (5) Extra sprinkler/rotor/spray heads, nozzles, shrub adapters, nozzle filter screens, in amounts equal to each type used on the project. 212-3 ELECTRICAL MATERIALS. 212-3.1 General. Add the following: All electrical materials shall conform to the requirements of the 1996 National Electrical Code. 212-3.2.1 Conduit. Delete section and replace with the following: Conduit shall be gray Schedule 40 PVC pipe from the electric power source to the controller(s). Conduit shall conform to the applicable provisions of Subsection 212-2.1.3. 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automatic control valves shall be no smaller than No. 14 solid single conductor, copper wire, 4/64-inch insulation, 4/64-inchneoprene jacket, style UF (Direct Burial), or equal, color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid single conductor wire, 4/64- inch insulation, 4/64-inchneoprene jacket, style UF (Direct Burial). Pilot wires shall be no smaller than No. 14 solid single conductor, copper wire, 4/64-inch insulation, 4/64-inchneoprene jacket, style UF (Direct Burial), or equal and shall be a different color for each automatic controller, and common wires shall be white with a different color stripe for each automatic controller. Spare wires shall be red and shall be no smaller than No. 14 solid single conductor, copper wire, 4/64-inch insulation, 4/64-inchneoprene jacket, style UF (Direct Burial), or equal. 212-3.3 Controller Unit. Add the following: All controllers shall be grounded by one 19 mm (5/8") diameter by 3 m (10') long stainless steel grounding rod and a 50-ohm resistance lightning arrester. •^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 147 of 181 Pages Add the following section. 212-3.4 Irrigation Electrical Service Equipment and Enclosures. shall incorporate the following elements: Electrical service equipment 1. One 100-amp, 120/240-volt, single-phase load center, as approved by the Engineer; 2. One 100-amp rated commercial meter socket suitable for the San Diego Gas and Electric Company meter, with provision for test block bypass having a UL listing and EUSERC approval; 3. One 15-amp circuit breaker for each irrigation controller energized by the service; 4. One 20-amp circuit breaker for the duplex receptacle. 5. The design, assembly, grounding, wiring, and components of the irrigation electrical service equipment and enclosure shall meet the requirements of the 1996 edition of the National Electrical Code. 6. Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14-gage, or heavier, 304 stainless steel. The cabinet shall be of welded construction with a brushed finish; anchoring points shall be inside the enclosure. 7. The cabinet shall be HYDROSAFE Model No. HS9, Strong Box, or approved equal. 8. The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240-volt electrical service section from the irrigation controller section. 9. No wood components shall be used in the enclosure. 10. Each section of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlock. 11. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet. 12. The controller side door shall have provision for mounting control schematics without the use of adhesives or fasteners. The service side door shall have a clear acrylic plastic window to allow the electrical meter to be read. 13. The cabinet shall have a duplex 15-amp, 120-volt receptacle with ground fault interrupter protection mounted on the interior service side. 14. Concrete footings and pads supporting the Electrical service equipment shall be 560-C-3250 and shall be no less than 150 mm (6") thick. 15. Anchor bolts to secure the service equipment to the concrete pad shall be 10 mm (343") diameter by 150 mm (6") long hot dip galvanized or stainless steel headed bolts with washers, without sleeves, conforming to section 304-1.7. Anchor bolts to secure the service equipment to the concrete pad shall be embedded in the concrete slab between 65 mm and 100 mm (21/2n and 4"). • SECTION 213 - ENGINEERING FABRICS 213-2GEOTEXTILES. 213-2.1 General. Table 213-2.1 (A) Add the following: Geotextile types shall be used for the applications listed in TABLE 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aggregate 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 (% Ton) Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (% 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 Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 148 of 181 Pages Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/4") 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. TABLE 214-5.1 (A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type TFPM Manufacturer of DAPCO Davidson Plastics Company, Kent, Washington 98032, Telephone (206) 251-8140. Distributor 18726 East Valley Highway, Add the following section: 214-5.2 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. TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Safe-Hit SH236MA Carsonite "Super Duck" SDF-436 Repo "The Replaceable Post" Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building Hayward, CA 94545 Telephone (415) 783-6550 #11 Carsonite International Corporation 2900 Lockheed Way Carson City, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 Telephone (800) 422-4420 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 149 of 181 Pages SECTION 216 - STORM DRAIN MARKER Add the following sections: 216-1 STORM DRAIN MARKER Storm drain inlets, existing and proposed within the project limit of work, shall be marked with Zumar Hottape "No Dumping - This Drains to Ocean", or approved equal. Marker image and dimension is shown in Appendix "B" Storm Drain Marker of these Special Provisions. Install Storm Drain Marker per manufacturer recommendations. Payment. Full compensation for installing a Storm Drain Marker shall be considered as included in the contract price paid for the related storm drain inlet. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 150 of 181 Pages 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 therefore shall be made to the Contractor. 300-1.1 General, add the following: All clearing and grubbing, including the removal of cleared and grubbed materials, must be completed and the resultant surface made available for measurement by the Engineer prior to the Contractor starting any unclassified excavation. The Contractor shall notify the Engineer three (3) working days prior to completing clearing and grubbing and the removal of all deleterious material from the site. The Engineer intends to schedule and perform field survey of the entire site (for the following working day) (within 5 days of such notification). If the Contractor has not removed all deleterious material from the entire site by the day before the scheduled field work and/or photography, the field work and/or photography will be cancelled and not rescheduled until the Contractor has completed removing all material from the entire site. The Contractor shall not be entitled to any additional compensation or extensions in time if the field work and/or aerial photography is cancelled due to the Contractor not completing clearing and grubbing and removal operations as scheduled. If the entire site cannot have field work performed and/or be photographed because of weather, poor visibility or adverse flight conditions the Contractor will be entitled to a corresponding time extension but not entitled to any additional compensation due to the delay. 300-1.2 Preservation of Property. add the following: The Contractor shall maintain regular schedule of watering for existing plants, including those outside limits of work watered by irrigation systems supplied from within limits of work. 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, 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. •^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 151 of 181 Pages 300-1.3.2 Requirements. Add the following: (d) Lawn Removal. Lawn removal shall consist of removal and disposal of turf and matted roots from the indicated lawn removal areas. Excavate organic refuse, rocks, and debris to a minimum depth of four (4) inches below original soil surface in lawn removal areas, and in areas of existing turf disturbed by construction under this Contract. Protect irrigation equipment and existing trees to remain from damage during lawn removal and construction. Fill and compact depressions made by lawn removal with suitable material in accordance with Section 308, LANDSCAPE AND IRRIGATION INSTALLATION. New surface shall conform to the existing adjacent ground surface. Contractor shall protect root systems of existing trees to remain in lawn removal areas. (e) Irrigation Demolition. Sprinkler heads, irrigation piping and equipment indicated on the Drawings to be "removed" shall be removed and disposed of according to Section 300-1.3.1. Existing irrigation pipes identified for demolition that are more than 12 inches below finished grade may be abandoned in place, provided they do not interfere with the work specified elsewhere. Irrigation pipes shall be removed, not abandoned, if pipes are less than 12 inches below finished grade. (f) Miscellaneous. The following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item: 1) Existing plants shall be protected unless designated "to be removed." Contractor shall prune or remove existing plants as designated on Plans and directed by the City Engineer. Tree pruning shall be conducted in accordance with industry standards to satisfaction of the City Engineer and according to Subsection 300-1.5, Tree Pruning. 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, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including 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 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 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 Unclassified Excavation. 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. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 152 of 181 Pages 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 (0.251) 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. 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, add the following: Payment for work performed under sections 300-2.2.1, 300- 2.2.2, 300-2.2.3 and 300-2.2.4, when the Engineer determines that the soils are unsuitable, shall be made for the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-2.9 Payment substitute the following: Payment for unclassified excavation will be made at the unit price bid in the 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 153 of 181 Pages Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 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 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods. b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following 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. Am¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 154 of 181 Pages 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. 301-2.4 Measurement and Payment. add the following: Payment for crushed aggregate base will be made at the contract unit price for "Crushed Aggregate Base" as shown on the proposal form. Such payment shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing and compacting the crushed aggregate base, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer, and no additional compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-4.4 Public Convenience and Traffic Control. Add the following: 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 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 on which sealing shall occur. 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. All types of roadway surfacing work requires property owner notification. (Name of Contractor) (Address of Contractor) (Contractor's License Number) (Date) As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be sealed with a mixture of asphalt and sand, beginning in two or three weeks. This process requires that your street be closed for one day 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 1/2f' x 8 %w 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 155 of 181 Pages A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the sealed street until it has dried. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting for the seal to dry. If you don't plan to leave your home before 7:00 a.m. on the day your street will be sealed, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the newly sealed street or you will have black residue on the bottom of your shoes. The residue will damage some surfaces, will mark all surfaces that you track it on and will be very difficult to remove. (Name of Contractor) is the Contractor that will be performing the resurfacing work for the City and you may call them at (24 hour per day attended telephone number in the 760 area code) lor any questions you may have about the project. Sealing of your street will not occur on the day your trash is collected. On the day your street is sealed mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 Ya" x 8 Ya" card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 760-602-2780. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." During sealing operations, the Contractors schedule for slurry seal application shall be designed to provide residents and business owners whose streets are to be sealed 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 Contractor shall deliver the notification which 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 a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. Am¥Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 156 of 181 Pages 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 Ib. card stock. The printing on the notice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. The preparation, materials, 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. 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General, add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1 . 302-5.2.2 Equipment, add the following: The machine shall be capable of grinding Asphalt Concrete so that the finished surface shall not vary from true plane enough to permit a .01 foot thick shim .25 feet wide to pass under a 1 2 foot long straight edge when the straight edge is laid on the finished surface parallel to the centerline. The transverse slope of the finished surface shall be uniform to a degree such that a .02 foot shim .25 feet wide will not pass under 12 foot long straight edge when the straight edge is laid on the finished surface in a direction transverse to the centerline and extending from edge to edge of a traffic lane. 302-5.2.5 Pavement Transitions, add the following: 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. 302-5.2.6 Measurement and Payment, replace with the following: Cold milling shall be considered incidental to and included in the contract bid price for "Asphalt Concrete Pavement" and no additional compensation shall be made. Payment for construction, removal, and disposal of temporary asphalt concrete ramps shall be considered incidental to and included in the contract bid price for "Asphalt Concrete Pavement" and no additional compensation shall be made. 302-5.3 Prime Coat, add the following: Prior to placing asphalt concrete pavement, crushed aggregate shall base shall receive a prime coat. 302-5.4 Tack Coat, add the following: If the asphalt concrete pavement is being constructed directly upon and existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at an approximate rate of 0.25 L/m2 (0.05 gallon per square yard) or SS-1h emulsified asphalt at an approximate rate of 0.25 L/m2 to 0.45 L/ m2 (0.05 to 0/10 gallon per square yard) shall be uniformly applied upon the existing pavement preceding the placement of the asphalt concrete. The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted with either Grade SS-1h emulsified asphalt or PG 64-10 paving asphalt immediately before the adjoining asphalt concrete is placed. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 157 of 181 Pages The tack coat shall be PG 64-10 paving asphalt. The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement when, in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt 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. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the ARHM overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the 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. Adjustments of manholes, handholes, valve covers, and other surface facilities within the limits of asphalt concrete pavement or sidewalk, other than CMWD and City, shall be completed by the type of facility in accordance with the following table. Type of Facility Gas valve covers Responsible Agency Kinder Morgan Contact information Don R Quinn (714) 560-4940 The Contractor shall give other responsible agencies a minimum 10 working days advance notice and 5 working days to complete adjustments of manholes, handholes, valve covers and other surface facilities. The working days for advance notice and to complete this work shall be included in the Contractor's construction schedule. Add the following section: 302-5.8.1 Measurement and Payment Adjusting manholes and other structures and all appurtenances in the limits of asphalt concrete pavement and sidewalks shall be paid for at the unit price bid in the proposal by type of facility. Such payment shall be considered full compensation for furnishing all labor, materials, tools, equipment and all incidentals, and for doing all the work involved in adjusting manholes and other structures as shown on the plans, as specified in the Standard Specifications, and these supplemental provisions, and as directed by the Engineer, and no additional compensation will be allowed. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 158 of 181 Pages 302-5.9 Measurement and Payment replace the first paragraph with the following: Payment for asphalt concrete shall be at the contract unit price for "Asphalt Concrete Pavement" and shall be per ton. Such price shall constitute full compensation for furnishing all labor, materials, tools, equipment and all incidentals, and for doing all the work involved in the preparation of subgrade, cold milling existing AC pavement, applying tack coat as required and placing AC pavement and AC overlay and no additional compensation will be allowed. 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 base material in conformance with section 301-2, application of grade SS-1h 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 (11) below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for 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 L/m2 to 0.45 L/m2 (0.05 to O.IOgallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to 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 elastomeric sealant material. 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 159 of 181 Pages 302-11.4 3-Inch AC Remove and Replace. The area shown on the plans or set forth in the bid items is for estimating purposes only and the final quantities will be as measured in the field by the Engineer. The Engineer will designate and mark the final limits of the remove and replace areas in the field by outlining the area to be patched with paint. The Contractor shall remove the asphalt concrete in the designated area to the depth required per the requirements of subsection 302-5.2 of the SSPWC. The Contractor shall sweep the street, keep dust to a minimum, and remove and dispose of the AC at the Contractor's expense. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt-to-asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.10 gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill the area with asphalt concrete and compact so that the finished surface of the AC is flush with the surrounding pavement. The Contractor is required to use a self-propelled paving machine for areas 7 feet wide and wider. Asphalt binder grade shall be PG 64-10. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-11.5 Cold Milling. Cold Milling or grinding shall be in accordance with the provisions of Section 302-5.2 of the Standard Specifications for Public Works Construction, 2003 Edition. The Contractor shall cold mill or grind the existing AC to the width and depth as shown on the plans. In the field, the Engineer may change the width and depth of the cold milling at his discretion. If the Contractor's cold milling severs any traffic detection loops, the Contractor shall replace them immediately at the Contractor's expense. Existing advance traffic signal loop detectors shall be replaced by the Contractor, even when video detection has been installed at the intersection. Payment for construction, removal, and disposal of temporary asphalt concrete ramps shall be included in the bid item for cold milling. If the Contractor encounters pavement fabric or petromat during cold milling, the Contractor shall remove and dispose of the pavement fabric or petromat. The cost of removing and disposing pavement fabric or petromat shall be included in the Contractor's bid price for cold milling and no additional payment will be made therefor. Add the following section. 302-11.6. Measurement and Payment. Quantities of pavement repairs as 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 emulsion-aggregate slurry treatments shall include post emergent herbicide treatment of the areas to receive for emulsion-aggregate slurry 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 3" 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-1h 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. A•K Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 160 of 181 Pages SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb, add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markings Type of underground facilities Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve Marking W S RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall not 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. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" - 10 guage wire mesh throughout. Add the following: 303-6.5 El Camino Real Median- Use color application method "B" (integral color). Color shall be per Section 201-1.2.4(a). The pattern shall be match the existing median pattern on El Camino Real north of Faraday Avenue or approved equal. Add the following: 303-6.6 Measurement and Payment. Payment for colored, stamped concrete paving shall be paid under the contract unit price bid per square foot for median concrete paving. Said payment shall include compensation for all excavation, grading, backfill, permeable material, forming, mesh, reinforcing steel, concrete, integral color, texture sealers, and other material necessary to construct the specific paving. SECTION 304 - METAL FABRICATION AND CONSTRUCTION 304-3 CHAIN LINK FENCE. 304-3.1 General, add the following: Class 1 steel pipes shall be used for posts, braces, top rails and gate frames. Chain link fabric shall be Class 1 . All fence materials to be coated in black PVC. 304-3.2 Fence Construction, add the following: Chain link fence shall be 6' in height and include a top rail. Install per SDRSD M-6. 304-3.3 Installation of Gates, add the following: Gate to be constructed per SDRSD M-5, opening shall be 4'. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 161 of 181 Pages 304-3.4 Measurement and Payment. add the following: Payment for installing chain link fence will be made at the contract unit price for "Chain Link Fence". Such payment shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing the chain link fence and gate, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer, and no additional compensation will be allowed. 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 = [ APT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ APT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 162 of 181 Pages where: PS = plate score. ADT = 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. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be utilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety 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. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 163 of 181 Pages 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(6) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x %") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel 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 (1) 0.3m (10") 0.6m (23") 0.8m (31") 1.0m (41") 1.6m (63") Minimum Plate Thickness 13mm (1/2") 19mm (3/4") 22mm (7/8") 25mm (1") 32 mm (1 %") (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design 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 CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Am& Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 164 of 181 Pages 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. 306.1.2.2 Pipe Laying, add the following: The Contractor shall place electrical conduit per SDG&E plans. The Contractor shall place phone conduit per AT&T plans. 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 (%") nylon pull ropes in all conduit. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 165 of 181 Pages Add the following section: 306-1.7 1" Water Service Connection for 5/8" Meter. Install 1" service connection per the Carlsbad Municipal Water District (CMWD) Standard Drawing No. W3. The service shall be installed so that the water meter will be outside of any sidewalk or driveway areas. In the event that the water service must be placed in a sidewalk or driveway area prior approval from the District or City Engineer is required. Where meter and meter boxes are to be located within slopes, the angle meter stops shall be so located that the meter boxes will be parallel and flush, respectively, with the finished surface. All non-residential water meters will require a reduced pressure back flow preventer directly behind the meter. The water service must be inspected and approved by the City Inspector. Prior to installing water meter the Contractor shall apply for the meter at the City of Carlsbad Engineering Counter and pay the connection fee. See Appendix D for the potable and reclaimed water meter fees as of September 1, 2007. The fee schedule is subject to change. Contact the Engineering Counter for the latest fees. Payment for installing a 1" water service connection for a 5/8" meter will be made at the contract unit price. Such payment shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in installing the water service as shown on the Plans, including but not limited to all trenching, backfilling, compaction, grading, pipes, fittings, connections and taps as specified in the Standard Specifications and these supplemental provisions, and as directed by the Engineer, and no additional compensation will be allowed. The purchase of the water meter and all coordination with the CMWD for meter installation will be considered incidental to and included in the unit price for "1" Water Service Connection for a 5/8" Meter and Water Meter" and no additional compensation will be made. 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. Add the following section: 306-9 RELOCATE AIR - VACUUM VALVE ASSEMBLY. Add the following section: 306-9.1 General. Relocate air vacuum valve according to the CMWD Standard Drawing No. W7. The air vent assembly shall be replaced per the CMWD Standard Drawing No. W7 and as shown on the Plans. Add the following section: 306-9.2 Measurement And Payment. Payment for relocating the air - vacuum valve assembly will be made at the contract unit bid price. Such payment shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in relocating the air vacuum valve, installing new air vent assembly and constructing masonry wall as shown on the Plans, as specified in the Standard Specifications and these supplemental provisions, and as directed by the Engineer, and no additional compensation will be allowed. c«Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 166 of 181 Pages SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-1. General. Add the following section: 308-1.4 Explanation of Drawings. Due to the scale of drawings it is not possible to indicate all offsets, fittings, and sleeves that may be required for work. Contractor shall carefully investigate structural and finished conditions affecting work, and plan accordingly. Furnish offsets, fittings, and sleeves required to meet such site conditions. Drawings are diagrammatic and indicative of the work to be installed. Work shall be installed so as to avoid conflicts between irrigation systems, planting, engineering, and architectural features. Work called for on the drawings with notes and details shall be provided, whether or not specified in the Supplemental Provisions. Contractor shall not willfully install the irrigation system as shown on drawings if obstructions, grade differences, and discrepancies in area dimensions are evident in the field, which may not have been known previously. Contractor shall notify the Engineer in writing of such obstructions and differences. If written notification is not performed, Contractor shall take full responsibility for necessary changes to work, and shall provide such changes at no extra cost to the City. Add the following section: 308-1.5 Landscape and Irrigation Inspections. Inspections shall be required for the following work (these may be combined if possible): 1) Preconstruction meeting prior to beginning planting and irrigation work. 2) Trenching for irrigation main line and lateral pipe. 3) Installation of piping and pressure testing of main line pipe prior to backfilling trenches. 4) Installation and testing of backflow prevention devices, valves, control wires, and automatic controllers. Contractor shall provide certification of the backflow devices by an approved testing company. 5) Operational arid sprinkler coverage test (prior to planting) after completion of irrigation system. 6) Soil preparation and incorporation of amendments (provide delivery slips and invoices). 7) Completion of finish grading prior to planting. 8) Acceptance of plant materials prior to planting. 9) Tree and shrub locations, before excavation of planting pits. 10) Acceptance of completed landscape installation, and start of maintenance period. 11) Final site inspection at completion of maintenance period-acceptance of work. 12) Additional inspections may be required as determined by the Engineer. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 167 of 181 Pages 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.1 General. Add the following: Moisture Content: Do not perform soil preparation and earthwork if soil moisture content is such that excessive soil compaction will result. Apply water to control dust, break up soil clods, and provide suitable moisture content for tilling and planting. 308-2.3.2 Fertilization and Conditioning Procedures. Add the following: The Contractor shall cultivate the surface of all areas to be planted by deep raking, rote-tilling, ripping or scarifying the finish grade after the completion of grading operations. After cultivation the Contractor shall clear the planting areas of stones to the depth of cultivation and shall rake the planting areas to a smooth friable and plantable surface. The Contractor shall cultivate all planting areas, except slopes steeper than 2:1 (horizontal to vertical), to a depth of 300 mm (12"). The planting areas that are slopes steeper than 2:1, shall be cultivated to a depth of 150 mm (6"). Leach soils by irrigating thoroughly after application of the soils amendments, with 4 to 6 inches of water over entire area using intermittent ponding. Apply water as required to allow penetration into the soil structure, do not allow water to run-off (erode) the soil surface. After surface preparation and application of irrigation water (leaching) the Contractor shall obtain a minimum of one test for each soil property listed in Tables 308-2.3.2(6) and 308-2.3.2(C) from each of the three properties within the limit of work, refer to the drawings for additional information. Present results of agricultural soils analysis to the Engineer for approval and direction before proceeding with the application of soil conditioners and amendments. Rate of application for soil amendments and fertilizers is for bidding purposes only. Soil test may reduce or increase total soil amendment yardage. Adjustments may be necessary. The Contractor shall submit a binding unit price for each itemized soil amendment listed in Table 308-2.3.2(A) that will be used to determine changes to the contract amount in the event of modifications to rates of applications as specified herein After cultivation, the soil amendments shown in table 308-2.3.2(A) shall be thoroughly blended 150 mm (6") deep in all planting areas. Except for planting pits the cultivation depths are designated as the root area. After the irrigation period and once the moisture content of the soil as recessed and reached an optimum level, continue by applying Pre-Plant Fertilizer throughout landscape area at a rate of 20 lbs./1,000 square feet. Backfill for planting pits shall conform to the requirements of section 308-2.3.2(A). The Contractor shall then adjust the soil properties to the acceptable ranges of soil properties shown in Tables 308-2.3.2(8) and 308-2.3.2(C) using such materials and methods as may be necessary and as directed per the Agricultural Soils Testing recommendations or by the Engineer. Organic soil amendment materials shall not be included in the samples used to determine compliance to the soil particle gradation requirements of Table 308-2.3.2(C). If adjustments are necessary the soil shall be tested by the Contractor after such adjustments for each soil property listed in Table 308-2.3.2(6) and 308-2.3.2(C) to determine that the adjustments to the soil made by the Contractor result in soil properties within the acceptable range. The Contractor shall adjust the soil properties and show acceptable ranges prior to any planting. Prior to the start of any planting the surface and root area shall be evenly and thoroughly moistened to no less than 75 percent of field capacity. The Contractor shall certify, in writing, that the ground surface has been prepared in accordance with this section and shall request inspection by the Engineer prior to any planting or seeding. The Contractor shall obtain the Engineer's approval before any planting. •^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 168 of 181 Pages TABLE 308-2.3.2(A) SOIL AMENDMENTS AND FERTILIZERS Soil Amendment Approx. U.S. Application Rate Agricultural Gypsum 100 Ibs. per 1,000 square feet Iron Sulfate 10 Ibs. per 1 ,000 square feet Calcium Carbonate Lime 100 Ibs. per 1,000 square feet Organic Soil Conditioner 5 cubic yards per 1,000 square feet (average depth 1 5/8") Soil Amendment Approx. U.S. Application Rate Pre-Plant Fertilizers for planter areas (16-6-8) Fertilizer for Backfill Mix for Shrubs and Trees "Gro-Power Plus" (or equal) 20 Ibs. Per 1,000 square feet 15 Ibs. Per 1,000 square feet of Backfill Mix. Backfill Mix shall consist of 4 parts native soil and 1 part of Organic Soil Conditioner Fertilizer Planting Tablets "Best-Tabs" (or equal) (20-10-5) Ammonium Sulfate (21-0-0) One tablet per 1-gallon plant Three tablets per 5-gallon plant Nine tablets per 15-gallon plant 8 Ibs. Per 1,000 square feet TABLE 308-2.3.2(8) SOIL PROPERTIES Soil Property PH Dissolved Salts (Ec.) Liquid Limit Plasticity Index Acceptable Range 6.5 to 7.3 <4.0dSm'1 N/A to 30 NPtolO Test Method Saturation Paste pH Saturation Paste Soluble Salts ASTM D 423 ASTM D424 Repeatability Range of Test ±0.1 pH ± 7% ± 2 ± 2 TABLE 308-2.3.2(0) SOIL PARTICLE GRADATION Sieve Size 19 mm(3/4") 9.5 mm (3/8") 4.75 mm (No. 4) 1.89 mm (No. 10) 475 urn (No. 40) 75 urn (No. 200) Percent Passing 100 95-100 60-85 40-75 35-70 30-70 For areas to receive planting of all types the Contractor shall amend the prepared soil by blending Pre-Plant fertilizer (20 Ibs. per 1,000 square feet) into the top 150 mm (6") of soil after the completion of adjustment of soil properties and acceptance of the planting area by the Engineer. The Contractor shall apply post-plant 12-4-6 fertilizer at the rate of 20 pounds per 1,000 square feet, 30 days after planting and every 30 days through the end of the maintenance period. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 169 of 181 Pages 308-4 PLANTING. 308-4.1 General. Add the following: The Contractor shall perform actual planting during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice and as approved by the Engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field capacity. The Contractor shall obtain the Engineer's approval of planting pits before planting operations begin. For pit planted vegetation when the soil moisture level is found to be insufficient for planting, the Contractor shall fill the planting pits with water and allow them to drain before starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. The Contractor shall plant and water all plants as herein specified immediately after removal from their containers. Containers shall not be cut prior to placing the plants in the planting area. It shall be the responsibility of the Contractor to provide continuous horticultural services and temporary and/or permanent irrigation to all planted areas so that the planted areas are 100 percent healthy and thriving prior to, and throughout the, landscape maintenance period. 308-4.2 Protection and Storage. Add the following: The Contractor shall submit a sheltered and secure location for on-site plant storage area for the Engineer's approval prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, diseased, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. Nursery stock in containers shall be watered regularly. Do not allow plants to dry out before and during planting. Keep exposed roots moist at all times during planting operations. Do not expose roots to the air except while being placed in the ground. 308-4.3 Layout and Plant Location. Modify as follows: Planting areas shall be staked by the Contractor and the Contractor shall obtain the Engineer's approval of the planting layout before planting operations begin. 308-4.5 Tree and Shrub Planting. Add the following: The Contractor shall amend the backfill for planting holes to a thoroughly blended mixture of clean loamy soil meeting the requirements of Tables 308-2.3.2(6) and 308-2.3.2(C) and then blend the amendments listed in Table 308-4.5(A) into the backfill for planting holes. Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts over 19 mm (%") shall be painted with an approved tree wound paint. 308-4.6 Plant Staking. Add the following: The Contractor shall install all boxed trees per the detail drawings. Add the following section, 308-4.10 Erosion Control Matting Installation (Jute Netting) Add the following section, 308-4.10.1 General. Before installation of erosion control Jute Netting, the Contractor shall complete all soil preparation and fine grading of the areas to receive erosion control Jute Netting. Am¥ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 170 of 181 Pages Add the following section: 308-4.10.3 Installation. The Contractor shall install erosion control Jute Netting using the following techniques: 1. Begin at the top of the slope by placing the erosion control Jute Netting into a 150 mm (6") wide by 150 mm (6") deep trench with the end of the matting laid flat in the bottom of the trench 2. Anchor the end of the erosion control Jute Netting with erosion control mat staples spaced no more than 300 mm (12") on centers placed at the intersection of the bottom and the downhill vertical face of the trench. 3. Roll the erosion control matting down the slope. 4. Staple the erosion control Jute Netting on an alternating grid consisting of three across and two across lines of staples in horizontal lines spaced 900mm (3') on centers. 5. Erosion control Jute Netting so stapled shall be spaced such that no less than 1 % staples per square meter (11/2 staples per square yard) are provided to anchor the erosion control Jute Netting. 6. Start the adjacent erosion control Jute Netting as in Iteml. of this section, overlapping the previously placed mat by no less than six inches (6"). 7. Staple placement may be such as to use the staples used to secure the adjacent Jute Netting to secure both Jute Nets along their edges. 308-5 IRRIGATION SYSTEM INSTALLATION. 308-5.1 General. Add the following: The Contractor shall apply irrigation water as often and in sufficient amounts, as conditions may require, to germinate and establish the seed and keep the container plants healthy and growing. The Contractor shall lay out lines, valves, and other underground utilities and receive the approval of the Engineer before digging trenches. The Contractor shall be responsible for damages caused by its operations. Connections shall be made at approximately the locations shown on the drawings. The Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-use water lines must be obtained 48 hours in advance, as to the date, time and exact length of time of each shut-off. The Contractor shall demonstrate that the entire irrigation system is under full automatic operation for a period of seven days prior to any planting. 308-5.2 Irrigation Pipeline Installation. Add the following: The Contractor shall install all pressure main line piping from the irrigation system so as to maintain 3.1 m (10') minimum horizontal separation from all potable water piping. Where reclaimed and potable water pressure mainline piping cross, the reclaimed water piping shall be installed below the potable water piping, sleeved in a pressure rating of 200 PSI SDR 21 "Alertline" PVC sleeve which extends a minimum of 3.1 m (10') on either side of the potable water piping and be located to provide a minimum vertical clearance of 300 mm (12") between the reclaimed and potable water lines. Conventional (white) PVC pipe Schedule 40 may be used for sleeving material if it is taped along its entire length with 75 mm (3") wide purple warning tape which reads "Caution Reclaimed Water". For trenching through areas where topsoil has been spread, the Contractor shall deposit topsoil on one side of trench and subsoil on opposite side. Subsoil shall be free of all rocks 13 mm (%") in diameter or larger, debris, and litter, prior to use as backfill. The Contractor shall repair any leaks and replace all defective pipe or fittings until lines meet test requirements. The Contractor shall not cover any lines until they have been inspected and approved by the Engineer for tightness, quality of workmanship, and materials. The Contractor shall not be backfill trenches until all required tests and observations are performed. Observations include sprinkler heads, all fittings, lateral and mainline pipe, valves, and direct burial wire. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 171 of 181 Pages 308-5.2.3 Plastic Pipeline. Add the following: The Contractor shall store all pipe and fittings under cover until used, and all pipe and fittings shall transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. Pipe ends and fittings shall be wiped with MEK, or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be beveled to remove burrs and excess before fitting and gluing together. The Contractor shall center load pipe with small amount of backfill to prevent arching and slipping under pressure. Joints shall be exposed for inspection during testing. Plastic-to-plastic joints shall be solvent-welded, using only solvent recommended by pipe manufacturer. Add the following section: 308-5.2.6 Installation of Brass Pipe. The Contractor shall cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. The Contractor shall ream and remove rough edges or burrs on all pipe so that smooth and unobstructed flow is obtained, place Teflon tape, Teflon dope, or approved equal on male threads only, and tighten to prevent any leakage. The Contractor shall tighten screwed joints with tongs or wrenches. Caulking is not permitted. Add the following section 308-5.3.2 Valve Boxes. The Contractor shall install no more than one valve per box. All boxes are to be marked as to the type of valve. Remote control valve boxes shall also indicate control station number. Add the following section: 308-5.3.3 Backflow Preventer. The Contractor shall install backflow preventer assembly in accordance with manufacturer's specifications and as directed on drawings. Exact location and positioning shall be verified on the site by the Engineer. 308-5.4.4 Sprinkler Head Adjustment. Add the following: The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent overspray onto walks, roadways buildings, walls, and other structures. 308-5.5 Automatic Control System Installation. Add the following: The Contractor shall install all portions of the electrical installation with materials and methods conforming to the requirements of the 1996 National Electrical Code. The Contractor shall provide no less than one control wire and one common ground wire to service each valve in system. 308-5.6.3 Sprinkler Coverage Test. Add the following: This test shall be accomplished before any ground cover is planted. The Contractor shall arrange for an irrigation coverage test with the Engineer prior to the beginning of planting operations. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Add the following: The Contractor shall provide complete landscape maintenance of all planted areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, supplementary fertilization, repair of irrigation systems, and control of diseases and pests. The Contractor shall submit a written plan to control weeds, disease, and pest infestations in the planting areas. The submittal shall conform to the requirements for shop drawings as specified in section 2-5.3 et seq. of the specifications. The Engineer shall approve all methods and materials for such control. Upon approval, the Contractor shall implement the control measures, exercising extreme caution in using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During the plant establishment period, the Contractor shall furnish sufficient workers and equipment on a daily basis to perform the work required by this section. Any day when the Contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired by the Contractor within twenty (20) days following completion of construction in such. The Contractor shall repair such damaged areas. The repair shall consist of bringing the damaged area back to final grade, preparing the soil, replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 172 of 181 Pages 308-7 GUARANTEE. Add following: The Contractor shall guarantee all 15-gallon box trees installed under the contract to live and grow for one year from the day of final acceptance of the contract work. The Contractor shall guarantee all other plant material, including ground covers to live and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the contract work, whichever is the later. The Contractor shall replace, at its expense, all plant material found to be dead, missing, or in poor condition during the maintenance period within 5 days of discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings. The Contractor shall submit written vegetation, planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee form shall be retyped on the Contractor's letterhead and contain the following verbiage: "Guarantee For Vegetation, Planting and Irrigation System For (Project Name) We hereby guarantee that the vegetation, planting and irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defect in vegetation, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in section 308-7 of the Standard Specifications and the Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. . This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. Project: (Project Name) Location: (Legal Description of Project Property) Name of Contractor: Address: (Of Contractor) Telephone:: (Of Contractor) By: (Typed or printed names of signing Officer(s) of the Contractor authorized to bind the Contractor in legal matters) Title: (Of said officers)) Signature(s) Date of Execution:" A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 173 of 181 Pages Add the following section: 308-7.1 Record Drawings. In addition to the requirements of section 2-5.4, herein, the Contractor •-«-,- shall prepare record drawings that show all changes in the work constituting departures from the original contract drawings, including those involving both constant-pressure and intermittent-pressure lines and appurtenances. The Contractor shall accurately record, on a daily basis, on one set of blue line prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and nonpressure line. The Contractor shall post information on record drawings no later than the next working day after the work is installed. The Contractor shall record changes and dimensions in a legible and professional manner. When the drawings are approved by the Engineer the Contractor shall transfer all information to a set of reproducible photo mylar drawings. Items required to be shown shall be dimensioned by the Contractor from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement). The accuracy of location of all items to be shown on the drawings shall be 150 mm (6") in both the vertical and horizontal planes. All text and numerals placed on drawings shall be 0.30 mm (V8") in size. Facilities and items to be located in their horizontal and vertical positions and shown on the record drawings include all: a) Point(s) of connection, for water and electrical services b) Routing of irrigation pressure mainlines c) Backflow preventers d) Ball, gate and check valves e) Irrigation control valves. f) Quick coupler valves g) Routing of service wires h) Routing of control wires i) Electrical service equipment j) Electrical junction boxes k) Irrigation controllers I) Sleeves for future connections m) Other equipment of a similar nature (as directed by the Engineer). The Contractor shall keep the blue print drawings available for the Engineer's inspection at any time. The Contractor shall make all changes to reproducible drawings in waterproof black ink (no ball point pen). Changes in dimensions shall be recorded in a legible and professional manner. Record construction drawings shall be maintained at the job site during construction. The Contractor shall provide one set of mylar "record" drawings to the Engineer after submitting blueline prints of the proposed "record" drawings for, and obtaining their approval by, the Engineer. Add the following section: 308-7.2 Controller Chart. The Contractor shall prepare record drawings which shall be submitted to the Engineer for approval by the Engineer before charts are prepared. The Contractor shall provide one controller chart of the maximum size the controller doorwill allow, for each controller supplied, showing the area covered by that automatic controller. The chart shall be a reduction of the actual record system drawing with a legend to explain all symbols. If the controller sequence is not legible when the drawing is reduced, The Contractor shall enlarge it to a size that will be readable when reduced. The Contractor shall photocopy the chart, with a pastel transparent color used to show area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum 20 mils thick. The Contractor shall complete the charts and obtain the Engineers approval prior to final inspection of the irrigation system. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 174 of 181 Pages Add the following section: 308-7.3 Operation and Maintenance Manuals. The Contractor shall prepare and deliver to the Engineer, within 10 calendar days prior to completion of construction, all required and necessary descriptive material in complete detail and sufficient quantity, properly prepared in four individual bound copies. The descriptive material shall describe the material installed in sufficient detail to permit qualified operating personnel to understand, operate, and maintain all equipment. The Contractor shall include spare parts list and related manufacturer information for each equipment item installed. Each manual shall include the following: a) Index sheet stating Contractor's address and telephone number. b) Duration of Guarantee period. c) List of equipment, with names and addresses of manufacturer's local representative. d) Complete operating and maintenance instructions on all major equipment. e) In addition to the maintenance manuals, the Contractor shall provide the agency maintenance personnel with instructions for major equipment, and show written evidence to the Engineer at the conclusion of the work that this service has been rendered. Add the following section: 308-7.4 Check List. The Contractor shall complete and forward signed and dated checklist to the Engineer before final acceptance of project. the following checklist at the end of the project, using the format shown: a) Plumbing permits (if none required, so note) b) Materials approval c) Pressure mainline test (by whom, and date) d) Record drawings completed (received by, and date) e) Controller chart completed (received by, and date) f) Materials furnished (received by, and date) g) Operation and maintenance manuals furnished (received by, and date) h) System and equipment operation instructions (received by, and date) i) Manufacturer warranties (received by, and date) j) Written guarantee by Contractor (received by, and date) 308-8 MEASUREMENT AND PAYMENT, add the following: The contract lump sum price for "Landscaping" shall include, but not be limited to, full compensation for furnishing all labor, materials, tools, and equipment and performing all work necessary to complete, maintain, and guarantee the planting work described herein or specified in the contract documents, including soils testing and recommended soil amendments, seed and hydroseed slurry, tree stakes, bark mulch, erosion control matting and plant materials as shown on the Plans, as specified in the Standard Specifications and these supplemental provisions, and as directed by the Engineer as well as 120 days' maintenance and project guarantees, and no additional compensation will be allowed. The contract lump sum prices for the various irrigation systems shall include, but not be limited to, full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work necessary to complete the work as shown on the Plans, as specified in the Standard Specifications and these supplemental provisions, and as directed by the Engineer, including temporary irrigation and permanent irrigation, ball valves, drip valve assembly, electric control valves, quick couplers, control wires, pull boxes, valve boxes, all piping and sleeves, electrical conduits, irrigation heads, drip emitters, bubblers, drip irrigation equipment, connection from electrical service to irrigation electrical meter, connection from meter to irrigation controller(s), installation of controller enclosure, concrete pads, preparation, correction, reproduction and lamination of "as-built" drawings, controller charts, assembly and submittal of the check list and operation and maintenance manuals and all appurtenances to the aforementioned items, and no additional compensation will be allowed. After completion of the project, the Engineer will retain $8,000 of the total contract amount, and will subsequently disburse the $8,000 to the Contractor on a monthly basis of $2,000 per month. The Engineer reserves the right to stop payment until all punch list submitted to the Contractor every month are completed. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 175 of 181 Pages 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 capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/8") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (1/V) in 3 m (10') 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 (0.101) thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 176 of 181 Pages 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 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 177 of 181 Pages 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 178 of 181 Pages 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 CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM 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 (3/8") thick plate welded on the upper end with a 5-mm (3/ie") 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. Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 179 of 181 Pages Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughput the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be 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 III" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array 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 CALTRANS 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 the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings 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 traveled 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), Changeable message Board Sign, 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 (Bid Item 12 and 2-3) 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 per section 3-3, Extra Work, SSPWC. A•^ Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 180 of 181 Pages SECTION 400 - ALTERNATE ROCK PRODUCTS, ASHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-4 ASPHALT CONCRETE. 400-4.1 General. Second paragraph, delete "III-B2- AR-4000" and replace with "III-B2-PG 64-10". Revised 5/01/07 Contract Nos. 3843, 3920, & 3920-A Page 181 of 181 Pages CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL AND SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR EL CAMINO REAL 24-INCH TRANSMISSION MAIN, FLOW CONTROL STATION, WIDENING NORTH OF COUGAR DRIVE, AND MEDIAN IMPROVEMENTS CONTRACT NOS. 3843, 3920, & 3920-A BID NO. PWS08-36ENG BOOK TWO TECHNICAL SPECIFICATIONS SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 Work Included Specific administrative procedures, closeout submittals, and forms to be used at substantial completion and final completion of Work, and project record documents. 1.2 Related Work A. Section 07190: Water Repellent Sealer 1.3 Quality Assurance Upon completion of Contract, Work shall be finished, tested and ready for operation. Work shall fulfill its intended purpose as described in Contract Documents, in submittals, and in manufacturer's literature. Where connections or disruptions have been made to existing work, repair, reactivate, refill and recharge components, restoring them to preconstruction conditions. Follow procedures of authorities having Ownership or jurisdiction for work involving existing utilities and services. 1.4 Project Record Documents Final record drawings shall be prepared from survey notes, field notes and system demonstration logs and shall be submitted in ink on sepia mylar prints bearing seal of registered land surveyor who performed survey for record drawings. Note hydraulic and electric equipment control settings used for system demonstration on record drawings. Record changes neatly and accurately using 1/8-inch size lettering and dimensions. Monument survey showing record locations of monuments or benchmarks disturbed and reset by Contractor shall be sealed by surveyor and submitted to Owner. 1.5 Unit Prices Payment for record drawings required in Contract Documents will be included in the price bid for items of work for which record drawings are required. 1.6 Warranty Warranties shall cover improper assembly or erection, defective workmanship and products, and incorrect or inadequate operation. For equipment bearing manufacturer's warranty in excess of one year, furnish copy of warranty to Owner named as beneficiary. Contract No. 3843 01700-1 Contract Closeout PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 Adjusting and Cleaning Valve box cover elevations are not shown on drawings. Determine and set cover elevations in field so that finished rim elevations are flush with finished pavement where directed by Owner's Representative. 3.2 Extra Stock/Spare Parts Spare parts required shall be delivered in manufacturer's original containers labeled to completely describe contents and equipment for which it is furnished. END OF SECTION Contract No. 3843 01700-2 Contract Closeout SECTION 02050 VAULT ABANDONMENT PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish materials, equipment, and labor necessary to perform and complete demolition work called for in the Contract Documents. B. The WORK includes abandonment of existing flow control vault. C. The WORK shall include, but not be limited to, removal of existing plug valve and meter and removal of manhole covers and frames (2) to 24" below pavement grade. D. Manufactured articles, materials, equipment, and accessories shall be demolished as shown and in accordance with the manufacturer's specifications and recommendations, and industry standards, unless otherwise shown or specified. E. Fill vaults (2) with crushed rock (approximately 32 cubic yards). F. Pour 8" thick non-reinforced concrete over manhole opening. G. Replace AC pavement to match existing grade. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 300-1 Clearing and Grubbing. B. Section 02200 Site Preparation. C. Section 02302 Earthwork for Pipelines and Vault D PROTECTION OF PERSONS AND PROPERTY AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. E. SWCTION 7-8 PROJECT SITE MAINTENANCE of the GENERAL PROVISIONS. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 1.4 JOB CONDITIONS A. Condition of Facilities: AGENCY assumes no responsibility for actual condition of facilities to be demolished. The CONTRACTOR shall visit the site and inspect the existing facilities. Contract No. 3843 02050-1 Vault Abandonment PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 OCCUPANCY AND POLLUTION CONTROL A. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used to limit dust and dirt rising and scattering in the air. Comply with AGENCY regulations pertaining to environmental protection. B. Water shall not be used when it creates hazardous or objectionable conditions such as ice, flooding, or pollution. C. Water contaminated with sediment or hazardous or toxic materials shall not be allowed to run off into the public storm drain system (including street gutters). Such runoff shall be intercepted, collected and disposed of according to existing environmental regulations. 3.2 PROTECTION A. Safe passage of persons around area of vault abandonment shall be ensured. Operations shall be conducted to prevent damage to adjacent buildings, structures, other facilities, and people. B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be abandoned, and to adjacent facilities to remain. C. Existing landscaping materials, structures, and appurtenances, which are not to be demolished shall be protected and maintained as necessary and in accordance with Section 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. D. The CONTRACTOR shall protect and maintain conduits, drains, sewers, pipes, and wires that are to remain on the property. 3.3 VAULT ABANDONMENT A. Vault abandonment shall be as shown and required to complete work within limitations of governing regulations. B. Vault abandonment shall proceed in a systematic manner, in accordance with permits and approved submittals. Contract No. 3843 02050-2 Vault Abandonment 3.4 BELOW-GRADE VAULT ABANDONMENT A. Fill vaults (2) with crushed rock (approximately 32 cubic yards). B. All fill and compaction shall be in accordance with Section 02200, Site Preparation. C. Pour 8" thick non-reinforced concrete over manhole opening. D. Replace AC pavement to match existing grade per Section 2705 Paving and Resurfacing and Supplemental Provisions for Pavement Repair and Overlay Part 3. 3.5 PATCHING AND REPAIRING A. The CONTRACTOR shall provide patching, replacing, repairing, and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces whether shown or not shown, with materials and procedures approved by the ENGINEER. B. The CONTRACTOR shall repair all damages caused to adjacent facilities by vault abandonment as directed by the ENGINEER at no cost to the CITY. C. The CONTRACTOR shall make a detailed inspection after patching and repairing has been completed, and shall carefully remove splattering of mortar from adjoining work (particularly, but not limited to, plumbing fixtures, trim, tile, and finish metal surfaces), and make good any damage caused by such cleaning operations. 3.7 CLEANING A. During and upon completion of work, the CONTRACTOR shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean, approved condition in accordance with the GENERAL PROVISIONS. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition, as directed by the ENGINEER or the INSPECTOR, and return adjacent areas to condition existing prior to start of work. C. The CONTRACTOR shall remove and legally dispose of materials and debris from the site. Contract No. 3843 02050-3 Vault Abandonment SECTION 02085 PRECAST CONCRETE UTILITY VAULTS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Precast reinforced concrete box structures for utility service, complete with openings, inserts, ladder rungs (where specifically called for), hardware and sumps. 2. Hatch covers and frames. 3. Painting of steel vent pipes. B. Related Sections: 1. Section 02302: Earthwork 1.02 REFERENCES A. American Society for Testing and Materials (ASTM), Standard Specifications: 1. A36 Structural Steel 2. A48 Gray Iron Castings 3. C150 Portland Cement 4. C857 Minimum Structural Design Loading for Underground Precast Concrete Utility Structures 5. C858 Underground Precast Concrete Utility Structures 6. C891 Installation of Underground Precast Concrete Utility Structures B. American Association of State Highway and Transportation Officials (AASHTO), Standard Specifications for Highway Bridges. C. Federal Specification: SS-S-210: Sealing Compound, Preformed Plastic, for Expansion Joints and Pipe Joints. 1.03 SUBMITTALS A. Submit in accordance with Section 2-5.3 Submittals. B. Product Data: 1. Descriptive details of the manufacturer's proposed standard products, including: a. Precast tank sections. b. Steps, ladder rungs and other hardware. c. Minimum concrete 28-day compressive strength, as required. d. Cement certification. e. Hatch cover and frame. 2. Shop drawings, including: a. Design criteria. b. Reinforcing steel location and concrete cover. c. Layout of all inserts, attachments and openings. d. Location and type of joints. e. Paint specifications/product data Contract No. 3843 02085-1 Precast Concrete Utility Vaults 1.04 QUALITY ASSURANCE A. Provide products of a manufacturer who has been regularly engaged in the design and manufacture of the product. B. Demonstrate to the satisfaction of the Engineer that the quality is equal to the product made by those manufacturers specifically named herein, if an alternate product manufacturer is proposed. PART 2 - PRODUCTS 2.01 DESIGN CRITERIA A. General: ASTM C857, C858, and also: 1. Structure live load: AASHTO Loading Class HS 20-44. 2. Backfill material: Structural Backfill 3. Buoyancy: Design structure for groundwater per manufacturer's recommendation. 2.02 PRECAST SECTIONS A. General: 1. Cement: ASTM C150, Type II, low alkali. 2. Roof slab openings: Size to support the access cover frame and hatch covers. 3. Lifting eyes: Provide for each section. D. Manufacturer: Jensen Precast, Fontana, California; Associated Concrete Products, Inc., Santa Ana, California; or equal. 2.03 SEALANT GASKETS A. Type: Preformed, continuous rope form plastic material, protected by removable two-piece wrapper. B. Sealing Compound: Reinforced hydrocarbon resins blended with plasticizing compounds and reinforced with inert mineral filler. No solvents, irritating fumes or obnoxious odors. C. Adhesive and Cohesive Strength: Not dependent on oxidizing, evaporating, or chemical action. D. Conform to Federal Specification SS-S-210. E. Provide: QUIKSEAL as supplied by Associated Concrete Products, Santa Ana, CA; RAM-NEK as manufactured by K. T. Snyder Company, Inc., Houston, TX; or equal. 2.04 FRAMES AND COVERS Not Used. Contract No. 3843 02085-2 Precast Concrete Utility Vaults 2.05 HATCH FRAMES AND COVERS A. Material: Aluminum B. Conform to OSHA requirements C. Manufacturer: The BILCO Company 2.06 LADDER RUNGS A. Material: Galvanized steel with stainless steel anchor bolts. B. Conform to OSHA requirements, provide ladder-up safety devise. C. Manufacturer: Alhambra Foundry 2.07 SOURCE QUALITY CONTROL A. Precast Sections: 1. Verify concrete compressive strength test results are satisfactory for the sections supplied. 2. State the curing method. Identify the start and end dates for the sections supplied. B. Frames and Covers:- 1. Verify cast test bar tensile strengths are satisfactory. PART 3 - EXECUTION 3.01 INSTALLATION A. General: ASTM C891 and also: 1. Compact subgrade to 95% relative density for 6-inch minimum depth. 2. Provide a 6-inch gravel layer under the base slab and compact to 95% relative density prior to placement. Aggregate not to exceed 3/4-inch diameter. 3. Apply primer to joint surfaces in accordance with manufacturer's instructions. Make all joints watertight with sealant gaskets. 4. Backfill around the tank with structural backfill material. Compact the backfill material to 95% of relative density from the base up to final finish grade, over an area defined as being within a distance of 4 feet from the exterior walls of the vault. 5. Accurately locate and place the manhole frames to within 1/8-inch vertical elevation in paved areas and to 1/2-inch in other areas. Coordinate the activities of all trades so that this tolerance is achieved. 6. Install the access cover in the frame and obtain a solid fit, without rattling under load. 3.02 FIELD QUALITY CONTROL A. Verify all precast sections are continuously sealed with gaskets. B. Verify all covers fit quietly in the frames. END OF SECTION Contract No. 3843 02085-3 Precast Concrete Utility Vaults SECTION 02200 SITE PREPARATION PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Site preparation shall consist of all clearing, grubbing, stripping, (demolition), and related work necessary to prepare the project site for construction operations. 2. No open burning of debris, lumber, or other scrap will be permitted. 3. Trees and vegetation to be left standing shall be protected from damage incident to site preparation and construction operations by the erection of barriers or by such other means as the circumstances require. B. Related Sections: 1. Section 02302: Earthwork for Pipelines and Vault 2. Section 02050: Vault Abandonment 3. Section 02372: Storm Water Pollution Prevention 1.02 Section Applicability - this section applies to site preparation for pipeline work on drawing set 406-1. All Other Work follows Supplemental Provisions and "Greenbook". PART 2 - PRODUCTS 2.1 GENERAL A. Clearing shall consist of removing all vegetable growth such as trees, roots, stumps, shrubs, brush, limbs, and other vegetative growth. Remove all evidence of their presence from the growth surface. Clearing shall also include the removal and disposal of trash piles, rubbish, and fencing. 2.2 PRESERVATION OF TREES, SHRUBS, AND OTHER VEGETATION A. Protect trees, shrubbery, and other vegetation not designated for removal from damage resulting from the work. Cut and remove tree branches only where, in the opinion of the ENGINEER, such cutting is necessary to effect construction. Scars resulting from the removal of branches shall be treated with an approved tree sealant. 2.3 GRUBBING A. Grubbing shall consist of the removal and disposal of wood, stumps or root matter 36 inches below the ground or subgrade surface, whichever is deeper, unless otherwise shown on the Drawings. Clearing shall include stumps, logs, roots, or root systems greater than 1.5 inches in diameter or thickness. 2.4 CLEARING AND GRUBBING FOR TRENCHING A. The CONTRACTOR shall obtain ENGINEER'S approval before beginning excavation. The CONTRACTOR shall complete clearing and grubbing prior to the start of trenching. The CONTRACTOR shall not permit excavated materials to cover vegetation prior to disposal. Contract No. 3843 02200-1 Site Preparation 2.5 REMOVAL AND DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. General: All materials removed shall be disposed of outside of the right-of-way. No accumulation of flammable material shall remain on or adjacent to the right-of-way. The roadway and adjacent areas shall be left with a neat and finished appearance. B. Bituminous Pavement: Bituminous pavement removal shall be in conformance with SSPWC Section 300-1.3.2. C. Concrete Pavement: Concrete pavement removal shall be in conformance with SSPWC Section 300-1.3.2. D. Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections: Concrete removal shall be in conformance with SSPWC Section 300-1.3.2. 2.6 STRIPPING A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The depth of stripping shall be as shown on the Drawings and specified herein. B. Topsoil from the strippings shall be stockpiled and used for the finished site grading. Excess topsoil will be placed in the waste disposal areas designated by the ENGINEER. PART 3 - EXECUTION 3.01 DEMOLITION A. Demolish and remove any fences, posts, poles, or other structures from within the project site, areas to be cut or areas to receive fill, and pipeline alignments. B. Sawcut and remove existing asphalt concrete pavement along pipeline alignment. 3.02 CLEARING A. Clearing shall consist of the felling, trimming and cutting of trees, and the removal of downed timber, shrubs, grasses, debris and rubble that will obstruct or otherwise impede construction operations. B. Clear the following areas: 1. Precast flow control valve vault. Location as shown on Construction Drawings, as required. C. Clearing and grubbing shall be in conformance with the SSPWC Section 300-1. Contract No. 3843 02200-2 Site Preparation 3.03 GRUBBING A. Grubbing shall consist of the removal and disposal of stumps, roots larger than 3 inches in diameter, and matted roots from the construction area. This material, together with logs and other organic debris, shall be excavated and removed to a depth of not less than 18 inches below the original surface level of the ground in areas indicated as construction areas under this Contract, such as areas for structures, pavement, fills. Depressions made by grubbing shall be filled with structural backfill material and compacted to make the surface conform with the original adjacent surface of the ground, unless further excavation is required. Grub borrow areas to the extent necessary to obtain material free of stumps and roots. 3.04 STRIPPING A. Strip the upper 6 inches of soil containing vegetation and root matter from all areas to receive fill and from all areas to be excavated. 3.05 DISPOSAL A. Asphalt concrete removed shall be disposed in a legal manner. B. Strippings: Stockpile stripped material and use it to restore the site. C. Dispose of remaining vegetation and debris in a legal manner. END OF SECTION Contract No. 3843 02200-3 Site Preparation SECTION 02302 EARTHWORK FOR PIPELINES AND VAULT PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Perform all excavation, shoring, dewatering, backfilling, compaction and grading necessary or required for the construction of the work as covered by these Specifications and indicated on the Drawings. The excavation shall include, without classification, the removal and disposal of all materials of whatever nature encountered, including water and all other obstructions, that would interfere with the proper construction and completion of the required work. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM). B. Standard Specifications for Public Works Construction. C. State of California, Department of Transportation, Manual of Test (California Test). D. Division 02 - Site Work. 1.03 SUBMITTALS A. Submit in accordance with Section 2-5.3 Submittals. B. Submit the following under the Product Information category. 1. Sheeting and Shoring Plan: Refer to Paragraph 1.08 below. 2. Potholing Report as described in Paragraph 3.02. 3. Samples and Test Results: Furnish, without additional cost to the Owner, such quantities of import materials as may be required by the Engineer for test purposes. Cooperate with the Engineer and furnish necessary facilities for sampling and testing of all materials and workmanship. Submit test results for import materials. Tests shall be performed within 60 days of the submission. All material furnished and all work performed shall be subject to rigid inspection, and no material shall be delivered to the site until it has been favorably reviewed by the Engineer, or used in the construction work until it has been inspected in the field by the Engineer. 1.04 QUALITY ASSURANCE A. Source Quality Control: Test import materials proposed for use to demonstrate that the materials conform to the specified requirements. Tests shall be performed by an independent testing laboratory. Contract No. 3843 02302-1 Earthwork For Pipelines and Vault B. Field Quality Control: 1. The Owner will: a. Review and test materials proposed for use. b. Inspect foundations, site grading and borrow operations. c. Inspect placement and compaction of fill. d. Test soils during placement of fill. 2. Contractor shall excavate holes for in-place soil sampling. Contractor shall be responsible for costs of additional inspection and re-resting resulting from non- compliance. C. Testing Methods: 1. Durability Index: Manual of Test, State of California, Department of Transportation. 2. Specific Gravity: ASTM D854. 3. Laboratory Compaction: ASTM D1557, Method A or C. 4. In-Place Density: ASTM D1556 or ASTM D2922. 5. Particle Size Analysis of Soils: ASTM D422. 6. Plastic Limit and Plasticity Index: ASTMD4318. 7. Soil Classification: ASTM D2487. 8. In-Place Moisture Content: ASTM D3017. 9. Sand Equivalent: ASTM D 2419. D. Definition: 1. Relative Compaction: In-place dry density divided by the maximum dry density laboratory compaction express as a percentage. E. Standard Specifications: SSPWC Sections 203-1, 203-2, 203-3 - Bituminous Materials SSPWC Section 211 - Soil and Aggregate Tests SSPWC Section 300 - Earthwork SSPWC Section 306-1 - Open Trench Operations 1.05 EXPLOSIVES A. The use of explosives will not be permitted on this project, unless specifically authorized, in writing, by the Engineer. 1.06 SUBSURFACE INVESTIGATIONS A. Geotechnical investigations for design purposes for this project were made for the El Camino Real Waterline by Leighton and Associates in a report dated September 16. 2002. B. This report is attached as Appendix "E". C. The bidders may make additional subsurface investigations at the site prior to the bidding of the project. Prior to making any drillings or excavations, the bidder shall secure permission from the Owner and property owners if on private property. Contract No. 3843 02302-2 Earthwork For Pipelines and Vault 1.07 REFERENCE SPECIFICATIONS A. Whenever the words "Standard Specifications" are referred to, the reference is to the State of California, Department of Transportation, Standard Specifications dated July 1992 (or latest edition). 1.08 ADDITIONAL SAFETY RESPONSIBILITIES A. The CONTRACTOR'S attention is directed to the provisions for "Shoring and Bracing Drawings" in Section 6705 of the California Labor Code, and SSPWC Section 306-1.1. The CONTRACTOR prior to beginning any trench or structure excavation 5 feet deep or over shall submit to the ENGINEER and shall be in receipt of the ENGINEER written acceptance of the CONTRACTOR'S detailed plan showing design of all shoring, bracing, sloping of the sides of excavation, and other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. The plans shall be prepared by a qualified civil or structural engineer licensed in the State of California and employed by an independent engineering firm insured against errors and omissions to the extent required by the ENGINEER. The submittal(s) shall include a site location map referencing existing features; detailed plans; elevations, and various sections indicating all excavation slopes, shoring components and connections and showing all structures and utilities potentially influenced by the performance of shoring, trenching or structure excavation along with supporting calculations; notes including sequence of construction, materials, and other clarification as required by the California Labor Code, SSPWC, and the contract documents. 1.09 QUALITY ASSURANCE A. General: All soils testing will be done by a testing laboratory of the ENGINEER'S choice at the AGENCY'S expense except as specified in Paragraph 1.5C below. B. Where soil material is required to be compacted to a percentage of maximum dry density, the maximum dry density at optimum moisture content will be determined in accordance with the latest version of ASTM D 1557. In-place field density tests will be performed in accordance with ASTM D 1556, (sand cone) and/or ASTM D 2922 and ASTM D 3017 (nuclear gauge). The number and location of field density tests will be determined by the ENGINEER. C. In case the tests of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall accomplish such remedy as may be required to ensure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the ENGINEER and shall be at the CONTRACTOR'S expense. All imported fill material not specified in the contract shall be tested at the CONTRACTOR'S expense and approved by the ENGINEER. D. Where imported fill material is required to possess certain gradation, strength, and settlement properties, the grain size distribution of soils will be determined using ASTM D 422, the gradation of concrete aggregate and base materials will be determined using ASTM C 136, the sand equivalent of soils will be determined using ASTM D 2419, the consolidation of soils will be determined using ASTM D 2435, the unconfined compressive strength of soils will be determined using ASTM D 2166, and the expansion index of soils will be determined using UBC No. 29-2. Contract No. 3843 02302-3 Earthwork For Pipelines and Vault PART 2 - PRODUCTS 2.01 MATERIALS A. Crushed Rock: Class 2, 3/4-inch maximum aggregate base, Standard Specifications Section 26. B. Bedding Materials: All bedding shall be done in accordance with the applicable provisions of Standard Specifications of Public Works Construction. Bedding material shall have a Sand Equivalent greater than 30 (SE > 30). The bedding shall be placed 1-foot over the top of the conduit. If flooding, ponding or jetting is used, the pipe shall be filled with water to prevent flotation and the Geotechnical Consultant shall observe the operation. Pipe Zone material shall conform to the following gradation: U.S.Standard Sieve Size 1-inch %-inch No. 4 No. 30 No. 200 Percent Passing by Weight 100 90-100 50-95 25-45 3-9 Native material may not be used in lieu of imported granular material unless such materials meet all of the requirements specified above. C. Backfill: 1. All backfill of utility trenches shall be done in accordance with the applicable provisions of Standard Specifications of Public Works Construction. Backfill shall be placed and densified to a minimum of 90-percent of maximum from 1- foot above the top of the conduit to the surface. 2. The Geotechnical Consultant shall test the trench backfill for relative compaction. At least one test should be made for every 300 feet of trench and 2 feet of fill. 3. Lift thickness of trench backfill shall not exceed those allowed in the Standard Specifications of Public Works Construction unless the Contractor can demonstrate to the Geotechnical Consultant that the fill lift can be compacted to the minimum relative compaction by his alternative equipment and method. D. Water: The water used shall be reasonably free of objectionable quantities of silt, oil, organic matter, alkali, salts and other impurities. Water quality must be acceptable to the Engineer. E. Warning Tape: 3-inch-wide, inert, fade-resistant plastic film resistant to acids, alkalis, and other components likely to be encountered in soil. Tape shall be blue, imprinted with "CAUTION WATER MAIN BELOW," Griffolyn Terra Tape; or equal. Contract No. 3843 02302-4 Earthwork For Pipelines and Vault F. Detection Tape: Plastic metallic type consisting of a blue color coded polyethylene or melinex film, a solid core aluminum foil detection layer and other layers as required. The tape shall be resistant to acids, alkalines and other components likely to be encountered in soils. It shall be designed for both conductive and inductive locating procedures. The tape shall be blue, imprinted with "CAUTION WATER MAIN BELOW." Terra Tape "D" by Griffolyn Company; Detectatape by Allen Systems; or equal. PART 3 - EXECUTION 3.01 CONTROL OF WATER A. All excavations shall be kept free from water and all construction shall be in the dry. 1. It should be presumed that the presence of groundwater will require dewatering operations. Furnish, install, maintain, and operate all necessary pumping and other equipment for dewatering all excavations. At all times have on the project sufficient pumping equipment for immediate use, including standby pumps for use in case other pumps become inoperable. 2. Provide a sufficient number of pumps so as to hold the groundwater level at an elevation of not less than 1 foot below the lowest elevation of the pipe, or other material to be placed. 3. Dispose of water in such a manner as to cause no injury or nuisance to public or private property, or be a menace to the public health. 4. The dewatering operation shall be continuous, so that the excavated areas shall be kept free from water during construction, while concrete is setting and achieves full strength, and until backfill has been placed to a sufficient height to anchor the work against possible flotation. 5. Continue dewatering during backfilling operations such that the groundwater is at least 1 foot below the level of the compaction effort at all times. No compaction of saturated materials will be allowed. 6. Dewatering devices must be adequately filtered to prevent the removal of fines from the soil. 7. The Contractor shall be responsible for any damage to the foundations or any other parts of existing structures or of the new work caused by failure of any part of the Contractor's protective works. After temporary protective works are no longer needed for dewatering purposes, they shall be removed by the Contractor. 8. If pumping is required on a 24-hour basis, requiring engine drives, then engines shall be equipped in a manner to keep noise to a minimum. Refer to Section 7 - Responsibilities of the Contractor for Noise Control Requirements. 9. Prevent disposal of sediments from the soils to adjacent lands or waterways by employing whatever methods are necessary, including settling basins. B. The Contractor shall be responsible for furnishing temporary drainage facilities to convey and dispose of surface water falling on or passing over the site. Contract No. 3843 02302-5 Earthwork For Pipelines and Vault 3.02 EXISTING UTILITIES A. General: The known existing utilities and pipelines except building connections are shown on the Drawings in their approximate location. The Contractor shall exercise care in avoiding damage to all utilities as he will be held responsible for their repair if damaged. There is no guarantee that all utilities or obstructions are shown, or that locations indicated are accurate. Utilities are piping, conduits, wire, cable, poles, ducts, manholes, pull boxes and the like, located at the project site and adjoining said site and along the pipeline right-of-way. Refer to Section 5 - Utilities. B. Check on Locations (Potholing): 1. Contact all affected utility owners and request them to locate their respective utilities prior to the start of "potholing" procedures. The utility owner shall be given 7 days written notice prior to commencing potholing. If a utility owner is not equipped to locate its utility, the Contractor shall locate it. 2. Clearly paint the location of all affected utility underground pipes, conduits and other utilities on the pavement or identify the location with suitable markers if not on pavement. In addition to the location of metallic pipes and conduits, non-metallic pipe, ducts and conduits shall also be similarly located using surface indicators and detection tape, if present and shall then be similarly marked. 3. After the utility survey is completed, commence "potholing" to determine the actual location and elevation of all utilities where crossings, interferences, or connections to the new pipelines are shown on the Drawings, marked by the utility companies, or indicated by surface signs. Prior to the preparation of piping shop drawings, or the excavating for any new pipelines or structures, the Contractor shall locate and uncover these existing utilities including services and laterals to a point 1 foot below the utility. Submit a report identifying each underground utility and its depth and station. Any variation in the actual elevations and the indicated elevations shall be brought to the Engineer's attention. 4. Excavations around underground electrical ducts and conduits shall be performed using extreme caution to prevent injury to workmen or damage to electrical ducts or conduits. Similar precautions shall be exercised around gas lines, telephone and television cables. 5. Excavations shall have surface dimensions of no more than 18"x18". Air spades and vacuum excavators shall be used to limit the size of excavations and damage to adjacent facilities. Backfill after completing potholing. In existing streets, pave with 1 inch of cutback. C. Interferences: 1. If interferences occur at locations other than shown on the Drawings, the Contractor shall notify the Engineer, and a method for correcting said interferences shall be supplied by the Engineer. Payment for interferences that are not shown on the plans, nor which may be inferred from surface indications, shall be in accordance with the provisions of the General Provisions. If the Contractor does not expose all required utilities prior to shop drawing preparation, he shall not be entitled to additional compensation for work necessary to avoid interferences, nor for repair to damaged utilities. 2. Any necessary relocations of utilities, whether shown on the Drawings or not, shall be coordinated with the affected utility. The Contractor shall perform the relocation only if instructed to do so in writing from the utility and the Engineer. Contract No. 3843 02302-6 Earthwork For Pipelines and Vault D. Shutdowns: Planned utility service shutdowns shall be accomplished during period of minimum use. In some cases this may require night or weekend work. Such work shall be at no additional cost to the Owner. Program work so that service will be restored in the minimum possible time, and shall cooperate with the utility companies in reducing shutdowns of utility systems to a minimum. 1. Disconnections: No utility shall be disconnected without prior written approval from the utility owner. When it is necessary to disconnect a utility, the Contractor shall give the utility owner not less than 72 hours notice when requesting written approval. The Contractor shall program his work so that service will be restored in the minimum possible time. E. Overhead Facilities: There may be existing overhead electric and telephone transmission lines along the pipeline routes. These overhead utilities are not shown on the Drawings. Extreme caution shall be used when working in the vicinity of overhead utilities so as to prevent injury to workmen or damage to the utilities. The Contractor shall be required to comply with the applicable provisions of the California Construction Safety Orders when working anywhere on this project. F. Existing gas, water, sewer and telephone laterals are not specifically shown on the Drawings but do exist along the pipeline routes. Protect all service laterals from damage due to construction operations. If any laterals are damaged, notify the Engineer and the affected utility immediately. The cost of repair shall be borne by the Contractor. 3.03 GENERAL CONSTRUCTION REQUIREMENTS A. Site Access: Access to the site will be over public and private roads. Exercise care in the use of such roads and repair at own expense any damage thereto caused by Contractor's operations. Such repair shall be to the satisfaction of the Owner or agency having jurisdiction over the road. The Contractor shall take whatever means are necessary to prevent tracking of mud onto existing roads and shall keep roads free of debris. B. Traffic Regulation: Provide such flagmen, patrols, pilot cars, drivers, lighted barricades, flares, lights, warning signs, and safety devices as may be required for control of traffic adjacent to all areas of work. C. Barriers: Barriers shall be placed at each end of all excavations and at such places along excavations as may be necessary to warn all pedestrian and vehicular traffic of such excavations. Lights shall also be placed along excavations from sunset each day to sunrise of the next day until such excavation is entirely restored. D. Access: Free access must be maintained to all fire hydrants, water valves and meters, and private driveways. E. Open Trench Limitations: The Engineer shall have the authority to limit the amount of trench to be opened or left open at any one time. In public roads, excavation and pipe laying shall be coordinated to the end that a minimum of interference with public traffic will result. In existing streets, no more than 200 feet of trench shall be open at any time on any single heading unless the Contractor demonstrates they can perform all operation and have traffic control removed by 3:30 pm. An open trench in existing streets shall be defined as any trench which has not been completely backfilled, satisfactorily compacted, and capped with at least 1-inch of temporary paving (cutback) or first lift of permanent pavement. Contract No. 3843 02302-7 Earthwork For Pipelines and Vault F. Demolition of Pavement: Where trenching or excavation occurs in paved areas, the pavement shall be scored and broken ahead of the trenching or excavation operation. The extent of paving removed shall be limited to the minimum necessary for the excavation. G. Dust Control: Take proper and efficient steps to control dust. H. Permits: Refer to General Provisions. I. Storage of Materials: Excavated materials unsuitable for backfill shall not be stored on existing streets, and shall be disposed of immediately. Neatly place excavated materials far enough from the excavation to prevent stability problems. Keep the materials shaped so as to cause the least possible interference with drainage or the normal use of adjacent properties, structures or roadways. J. Temporary Pavement: Place temporary pavement or first lift of permanent pavement on trenches in existing streets within 24 hours after the trench has been backfilled. Maintain temporary pavement until perman'ent pavement is to be placed. 3.04 TRENCH EXCAVATION A. Excavation for pipe and vault shall be in open cut. The trench shall be as wide as necessary for sheeting and bracing and the proper performance of the work up to the maximum width permitted by the typical cross-sections shown on the Drawings. The sides of the trenches shall be vertical in existing streets. The bottom of the trench shall be constructed to the grades and shapes indicated on the Drawings. Should the Contractor desire to use other equivalent methods, he shall submit his method of construction to the Engineer for favorable review prior to its use. B. Take care not to overexcavate. Accurately grade the bottom of the trenches to provide uniform bearing and support for each section of the pipe at every point along its entire length, except for the portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints, and as hereinafter specified. Dig bell holes and depressions for joints after the trench bottom has been graded, and, in order that the pipe rest on the bedding for as nearly its full length as practicable, bell holes and depressions shall be only of such length, depth and width as required for properly making the joint. Remove stones as necessary to avoid point bearing. C. Backfill and compact overexcavations to 95% relative compaction with bedding material. There shall be no additional payment to the Contractor for over- excavations not directed by the Engineer. Remove unsatisfactory material encountered below the grades shown as directed by the Engineer and replace with bedding material. Payment for removal and replacement of such unsatisfactory material directed by the Engineer shall be made in accordance with the provisions of the General Provisions. D. Grade trenches so that they are uniformly sloped between the pipe elevations shown on the Drawings. Comply with the minimum and maximum trench widths shown on the Drawings. Notify the Engineer if the trench width exceeds the maximum allowable width for any reason. E. Provide ladders for access to the trench by construction and inspection personnel. Contract No. 3843 02302-8 Earthwork For Pipelines and Vault 3.05 EXCAVATION FOR STRUCTURES A. All excavation for structures shall be done to the dimensions and levels indicated on the Drawings or specified herein. Excavate to such width outside the lines of the structure to be constructed as may be required for proper working methods, the erection of forms and the protection of the work. B. Take care to preserve the foundation surfaces shown on the Drawings in an undisturbed condition. If the Contractor overexcavates or disturbs the foundation without written authorization of the Engineer, he shall replace such foundations with concrete fill or other material approved by the Engineer in a manner which will show by test an equal bearing value with the undisturbed foundation material. No additional payment will be made for the added quantity of concrete fill or other material used because of overexcavation. C. Inspection of Excavation: Notify the Engineer when excavation for the structure is complete. No forms, reinforcing steel, concrete, or precast structure shall be placed until the excavation has been inspected by the Engineer. D. Where unsatisfactory material is encountered below the grades shown for structural excavations, it shall be removed and replaced with selected material as directed by the Engineer and compacted. Payment for removal and replacement of such unsatisfactory material directed by the Engineer shall be made in accordance with the provisions of the General Conditions 3.06 BACKFILL AND COMPACTION A. Place bedding and backfill materials true to the lines, grades, and cross-sections indicated on the Drawings and compacted to the degree specified on the Drawings. Place bedding and backfill materials in horizontal lifts not to exceed 6 inches in thickness measured before compaction. The difference in level on either side of a pipe shall not to exceed 4 inches. B. Backfill material shall not be placed over the pipe until after it has been inspected by the Engineer. C. It shall be incumbent upon the Contractor to protect the pipe from damage during the construction period. It shall be his responsibility to repair broken or damaged pipe at no extra cost to the Owner. Tamping of backfill over the pipe shall be done with tampers, vibratory rollers and other machines that will not injure or disturb the pipe. Carefully place backfill around and over the pipe. D. Do not allow construction traffic nor highway traffic over the pipe trench until the trench backfill has been brought back even with existing adjacent grade. Contract No. 3843 02302-9 Earthwork For Pipelines and Vault E. Add water to the backfill material or dry the material as necessary to obtain the optimum moisture content for the compaction shown on the Drawings or specified. If the Engineer determines that the nature of the ground in which the trench lies precludes compaction of the backfill to the specified density, the backfill shall be compacted to the maximum practicable density. Employ such means as may be necessary to secure a uniform moisture content throughout the material of each layer being compacted. After the material has been moisture conditioned, compact it with compaction equipment approved by the Engineer to achieve specified compaction. The Contractor shall be responsible for obtaining the densities specified. Should he fail, through negligence or otherwise, to compact to specified density, or to backfill and compact to surface grade, thus permitting saturation of the backfill material from rains or from any other source, the faulty material shall be removed and replaced with approved material which shall be compacted to the specified density at optimum moisture content, and no additional payment will be made for doing such work or removal and replacement. F. Compaction by flooding, ponding or jetting will not be permitted. G. For all piping or conduits to be placed in any excavated and backfilled area, such as at manholes or for building connections, the structural backfill shall be first compacted to a level at least 3 feet from the top of the piping or conduit elevation and then retrenched to pipe grade. H. Compact backfill for structures to 95% relative compaction. 3.07 SUPPORT OF EXCAVATIONS A. Adequately support excavation for trenches and structures to meet all applicable requirements in the current rules, orders and regulations. Excavation shall be adequately shored, braced and sheeted so that the earth will not slide or settle and so that all existing structures and all new pipe and structures will be fully protected from damage. Keep vehicles, equipment and materials far enough from the excavation to prevent instability. B. Take all necessary measures to protect excavations and adjacent improvements from running, caving, boiling, settling, or sliding soil resulting from the high groundwater table and the nature of the soil excavated. Attention is directed to Section 832 of the Civil Code of the State of California relating to lateral and subjacent supports, and wherever structures or improvements adjacent to the excavation may be damaged by such excavation, the Contractor shall comply with this law. C. The support for excavation shall remain in place until the pipeline or structure has been completed. During the backfilling of the pipeline or structure, the shoring, sheeting and bracing shall be carefully removed so that there shall be no Voids created and no caving, lateral movement or flowing of the subsoils. Contract No. 3843 02302-10 Earthwork For Pipelines and Vault 3.08 ROCK SUBGRADE UNDER STRUCTURES A. Place a 6-inch layer of crushed rock, compacted to 95% relative compaction, under structures. 3.09 FINISH GRADING A. Except where shown otherwise in the Drawings, restore the finish grade to the original contours and to the original drainage patterns. Grade surfaces to drain away from structures. The finished surfaces shall be smooth and compacted. 3.10 DISPOSAL OF EXCAVATED MATERIAL A. Dispose of unsuitable material or excavated material in excess of that needed for backfill offsite in a legal manner. END OF SECTION Contract No. 3843 02302-11 Earthwork For Pipelines and Vault SECTION 02372 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Preparation, implementation and monitoring of Water Pollution Control Plan for the purpose of preventing the discharge of pollutants from the Project site into receiving waters. This includes the elimination of pollution discharges such as improper dumping, spills or leakage from storage tanks or transfer areas. B. Compliance with local, state, and federal regulations. C. Certification that the Project has met all of the conditions of the General Construction Activity Storm Water Permit (GCASP). 1.2 RELATED SECTIONS A. GENERAL PROVISIONS Section 2-5.3: Submittals B. GENERAL PROVISIONS Section 9: Measurement and Payment PART 2 - PRODUCTS 2.1 MATERIALS A. California Storm Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination Systems (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff Associated with Construction Activities (General Permit) and subsequent adopted modification. B. Provide the quality, grade, and type of materials as specified in the City of Carlsbad Department of Public Works - Development Best Management Practices in accordance with Order no. 2001-01 SUSMP - Part A - Construction Activities. PART 3 - EXECUTION 3.1 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: 1. The City of Carlsbad Department of Public Works - Development Best Management Practices in accordance with Order no. 2001-01 SUSMP and General Provisions Section 7-8.6. 3.2 PREPARATION AND SUBMITTAL Contract No. 3843 02372-1 Storm Water Pollution Prevention A. Prepare and submit to the ENGINEER, within fourteen (14) days after the Effective Date of the Contract, four (4) copies of the Water Pollution Control Plan as required to comply with storm water pollution regulations for the Project site. B. Prepare Water Pollution Control Plan (WPCP) by downloading instructions from the State Water Resources Control Board web site: http://www.swrcb.ca.gov/stormwtr/gen const.html#const permit C. Where land disturbance is less than one (1) acre, a Notice of Intent (NOI) is not required; however, any BMP's indicated in the WPCP required to prevent or minimize storm water pollution shall be implemented at no cost to ENGINEER. D. The WPCP shall incorporate as a minimum control measures in the following categories: 1. Soil stabilization practices 2. Sediment control practices 3. Wind erosion control practices 4. Non-storm water management and waste management and disposal control practices. 3.3 IMPLEMENTATION A. Install perimeter controls prior to starting Work at the Project site. B. Certain on-site storm water on the Project site. Do not drain on-site water directly into the storm drain. C. Designate trained personnel for the proper implementation of the WPCP. D. Revise WPCP to suit changing Project site conditions and also when properly installed systems are ineffective. E. Upon Substantial Completion: 1. Leave storm water pollution prevention controls in place when required for post- construction storm water management and remove those that are not needed as determined by ENGINEER. ENGINEER will maintain prevention controls left in place. 2. Provide Site Monitoring Reports, WPCP revisions, Compliance Certifications and related documents to ENGINEER. Post-construction storm water operation and the management plan as mentioned in the compliance certifications are considered to be in place at Final Completion. 3.4 MONITORING A. Conduct examination of pollution prevention controls on a monthly basis, as well as before and after each storm and each day during extended storm events. Prepare and maintain, at the Project site, a log of each inspection using Site Monitoring Report forms. Notify to RWQCB within 30 days if there is any noncompliance. Contract No. 3843 02372-2 Storm Water Pollution Prevention 3.5 LIABILITIES AND PENALTIES A. Review of the WPCP and inspection log by ENIGNEER shall not relive CONTRACTOR from liabilities arising from non-compliance of storm water pollution regulations. B. Payment of penalties for non-compliance by CONTRACTOR shall be the sole responsibility of CONTRACTOR. C. Compliance with the Clean Water Act pertaining is the sole responsibility of CONTRACTOR. Any fine against ENGINEER due to non-compliance by CONTRACTOR, ENGINEER shall recover all costs of the fine by appropriate assessment. 3.6 CHANGE OF INFORMATION A. Submit to ENGINEER completed NOI Form for change of information (Construction Site Information and Material Handling/Management Practices). Contract No. 3843 02372-3 Storm Water Pollution Prevention SECTION 02510 WATER SYSTEM PIPING AND ACCESSORIES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnish and install all piping, including fittings, valves, and accessories as shown on the Drawings, described in the Specifications and as required to completely interconnect all piping for a complete and operable systems. B. Related Sections: 1. Section 02302: Earthwork 1.02 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) B. American National Standards Institute (ANSI) C. American Society of Mechanical Engineers (ASME) D. American Society for Testing and Materials (ASTM) E. American Water Works Association (AWWA) F. Ductile Iron Pipe Research Association (DIPRA) 1.03 SUBMITTALS A. Submit in accordance with Section 2 - Scope and Control of Work. B. Shop Drawings: 1. Layouts and schematics: Submit detailed installation drawings of all piping and connected equipment. The drawings shall include each pipe, all fittings, valves, and other appurtenances. 2. Submit data to show that the following items conform to the Specification requirements: a. Pipe, fittings, and accessories. b. Fitting, joint fabrication and handhole details for pretensioned concrete cylinder pipe if used. c. Design calculations for pretensioned concrete cylinder pipe if used. d. Flexible couplings and flanged coupling adapters. e. Restrained joints. f. Valves. g. Air release valves. h. Pressure relief valves, i. Pressure reducing valves, j. Fire hydrants, k. Water meters. Contract No. 3843 02510-1 Water System Piping and Accessories 3. Submit certified test reports as required herein and by the referenced standard specifications. 4. Disinfection schedule and procedures including: a. "Normal" disinfection procedure. b. Emergency disinfection procedure for mains and services which must be returned to service immediately. c. Disinfection schedule including number and type of services and length of disruption of service. d. Disinfecting agent(s). e. Method of disposal of chlorinated water. C. Manuals: The Contractor shall furnish manufacturer's installation and operation manuals, bulletins, and spare parts lists for the following items: 1. All valves over 4-inch size. 2. Air release valves. 3. Pressure relief valves. 4. Pressure reducing valves. 5. Water meters. D. Affidavits: Submit affidavits from the manufacturer of the following valves and meters: 1. Butterfly valves. 2. Gate valves. 3. Plug valves. 4. Air release valves. 5. Pressure relief valves. 6. Pressure reducing valves. 7. Water meters. E. The preceding submittals shall be in the Product Information Category except where noted. 1.04 QUALITY ASSURANCE A. All materials and equipment furnished under this Section shall: (1)be of a manufacturer who has been regularly engaged in the design and manufacture of the materials and equipment and (2) be demonstrated to the satisfaction of the Engineer that the quality is equal to the materials and equipment made by those manufacturers specifically named herein, if an alternate product manufacturer is proposed. 1.05 POTHOLING (CHECK ON LOCATIONS) A. Do not prepare any shop drawings for, or make final order for, or design any pipe materials for any particular section of pipeline until all utilities in that section of pipeline have been exposed, as specified in paragraph 3.02 of Section 02302 and until such time as no interferences are found between said existing utilities and the proposed pipeline alignment. If interferences are found in any particular section of pipeline, do not prepare any shop drawings for, or make final order for, or design any pipe materials for that particular section of pipeline until the pipeline alignment has been modified by the Engineer to eliminate all such interferences. Contract No. 3843 02510-2 Water System Piping and Accessories 1.06 CONSTRUCTION SCHEDULING/SEQUENCING A. Construction under this Contract involves expansion and/or modification of the existing water system which must continue to provide service to all buildings during construction. B. Connections and utilities changes must be programmed to provide the least possible interruptions of service. Prior to any shutdown all materials, fittings, supports, equipment and tools shall be on the site and all necessary labor scheduled prior to starting any connection work. The Contractor shall notify the Owner in writing at least 7 days in advance of any required shutdowns so that affected customers may be notified. In general, shutdowns shall not exceed four hours in duration unless specifically authorized or indicated in the suggested construction sequence. If a shutdown of more than four hours is required, the Contractor shall first install temporary water service connections to all affected houses and other buildings. All temporary piping shall be disinfected in accordance with Paragraph 3.07 before being put into service. C. All work under this Contract shall be conducted in a manner which will minimize shutdowns, open roadways, or traffic obstructions caused by the construction. Shutdowns causing damage to adjacent public and private property shall not be permitted, and any damage resulting shall be the sole responsibility of the Contractor. D. Planned utility service shutdowns shall be accomplished during periods of minimum use. In some cases this will require night or weekend work, which shall be at no additional cost to the Owner. The Contractor shall program his/her work so that service will be restored in the minimum possible time, and shall cooperate with the Owner in reducing shutdowns of the utility system to a minimum. No utility interruption will be permitted without the prior approval of the Engineer. PART 2 - PRODUCTS 2.01 GENERAL A. Pipe and valve sizes are nominal inside diameter unless otherwise noted. B. All materials delivered to the job site shall be new, free from defects, and marked to identify the material, class, and other appropriate data such as thickness for piping. C. Acceptance of materials shall be subject to strength and quality testing in addition to inspection of the completed product. Acceptance of installed piping systems shall be based on inspection and leakage and bacteriological tests as specified hereinafter. D. Buried nuts and bolts for flanges and couplings shall be Type 304 stainless steel unless otherwise specifically specified herein. E. Fusion Epoxy Coating: Materials and application shall be in accordance with AWWA C213, expect application shall be by the fluid bed method only unless the greatest dimension of the article to be coated exceeds 10 feet, in which case electrostatic spray method may be used. Contract No. 3843 02510-3 Water System Piping and Accessories 2.02 PIPING MATERIALS A. Pipe Designation: Piping materials for miscellaneous small piping are designated on the Drawings. New water transmission mains shall be the ductile iron pipe system. All piping and materials to conform to Carlsbad Municipal Water District Water System Supplemental Standard Specifications. B. Pipe Systems: Each designation identifies not only the pipe itself, but the entire system as well as including the associated fittings, appurtenances, and installation and test procedures. C. Ductile Iron (Dl): 1. Pipe: Ductile iron, thickness Class 50, AWWA C151. 2. Joints: Push-on, AWWA C111 as modified. a. Gaskets: Chloroprene. b. Restrained joints: Where required by the Drawings, provide restrained joints capable of deflection after the restraint is installed. Joints shall not separate under an internal pressure of 250 psi. TR-FLEX by United States Pipe & Foundry Company; equivalent by American Cast Iron Pipe Company; or equal. 3. Fittings: Ductile iron or cast iron push-on joints, AWWA C110. a. Special Fittings: Special fittings not available in ductile iron or cast iron pipe may be fabricated of fusion epoxy lined and coated welded steel pipe with a design pressure of 250 psi. Design and wall thickness shall be submitted to the Engineer for review. 4. Lining: Standard thickness cement mortar lining for pipe and fittings, AWWA C104. 5. Protection: Polyethylene encasement in sleeved "baggies", AWWA C105, black. Double wrap with 8 mil. polyethylene film for a total thickness of 16 mil. Double wrap flanged fittings, mechanical joints, or other appurtenances with significantly different outside diameters from the pipe. Tape to seal seams and overlaps shall be plastic adhesive tape at least 4 mils thick and at least 2 inches wide. 6. Bonding: Bond all ductile iron pipe to provide electrical continuity, except that insulating flanges shall be provided where shown on the Drawings. 7. Field closure connections for restrained joints: Pipe cut in the field where necessary and when favorably reviewed by the Engineer shall be connected by TR Flex Gripper Ring System by United States Pipe & Foundry Company; or approved equal. 8. Flanged pipe: Where flanges are necessary for connections to equipment or for insulated joints, pipe shall be thickness Class 53, AWWA C115. D. Pretensioned Concrete Cylinder Pipe: Not Used. E. Cast Iron Sewer Pipe: Not Used. Contract No. 3843 02510-4 Water System Piping and Accessories F. Copper Pipe: 1. Pipe: Copper (Cu), ASTM B99, Type K. 2. Joints: Soldered using ASTM B32, alloy Sn96 or Sb5 solder, or flared. 3. Fittings: a. Soldered: Wrought copper, ASTM B73 for materials and ANSI B16.22 for dimensions; or cast bronze, ASTM B62 for materials and ANSI B16.18 for dimensions. b. Flared: AWWA C800 and ANSI B16.26. G. Galvanized Steel Pipe: Not Used. H. Welded Steel (WS) Pipe: Not Used. I. Polyvinyl Chloride Pipe: 1. Pipe: Polyvinyl chloride pressure pipe, cast iron pipe outside dimensions. Pipe shall be UL listed or Factory Mutual Approved. a. 4-inch through 12-inch: AWWA C900. b. 14-inch through 36-inch: AWWAC905. 2. Dimension ratio: per construction plans. (Pressure Class 150 or 200, per construction plans.) 3. Joints: a. Unrestrained joints: Bell and spigot, gasketed; or twin gasket coupling. b. Restrained joints: Bell and spigot (push-on) gasketed, or mechanical joints; both using ductile iron clamp-on restraining devices. 1) Restraining devices: Ductile iron with ductile iron or cor-ten rods and bolts. Pressure rating of at least 150 psi. Series 1500 by EBBA Iron; equivalent by Uni-Flange; or equal for bell and spigot joints. Series 500 by EBBA Iron; equivalent by Uni-Flange; or equal for mechanical joints. 4. Gaskets: Isoprene. Submit two sample gaskets of each gasket type with an explanation of the markings. 5. Fittings: Fusion epoxy lined and coated push-on cast iron or mechanical joint, AWWA C110, with hubs cast and/or ground as required for pipe furnished and fusion epoxy coating. Contract No. 3843 02510-5 Water System Piping and Accessories 2.03 PIPE COUPLINGS A. General: For typical pipe joints refer to pipe material specifications. Other joint devices shall be furnished where called for as specified below. B. Flexible Couplings and Flange Coupling Adaptors: 1. Sleeve: Cast iron or fabricated steel. 2. Followers: Cast iron, ductile iron, or steel. 3. Sleeve bolts: ASTM A325, Type 3; malleable iron; or equivalent. 4. Coating: Fusion epoxy line and coat sleeve and followers. 5. Pressure rating: 250 psi. 6. Buried flexible coupling sleeve: Long barrel 7. Manufacturers: a. Flexible couplings: 1) Connecting pipe with identical outside diameters: Smith-Blair 411 or 431, Dresser Style 38 or 53, or equal. 2) Connecting pipe with slightly different outside diameters: Smith-Blair 413 or R 441, Dresser Style 162, or equal. b. Flange coupling adaptors: 1) Connecting new pipe or new pipe to existing non-ferrous pipe: Smith- Blair 912 or 913, Dresser Style 127 or 128, or equal. 2) Connecting new pipe to existing ferrous pipe: Insulating flange coupling adaptor with insulating boot: Smith-Blair 932 or 933, or equal. 8. Gaskets: Oil and grease resistant; Smith-Blair Grade 60; or equal. 9. Joint restraint: Provide joint harnesses (tie rod lug or attachment plate assemblies) across flexible couplings and flange coupling adaptors where indicated on the Drawings. For flanged coupling adaptors, anchor studs may be substituted for the harnesses on pipe up to 12-inch. Design restraint in accordance with AWWA M-11 for 250 psi if size of the rods are not indicated on the Drawings. 10. Protection for buried connectors and adaptors: Double wrap with polyethylene encasement, AWWA C105 and tape the edges of the encasement with PVC tape. C. Flexible Expansion Joints: Not used. 2.04 VALVES AND ACCESSORIES A. General Requirements for Valves: 1. All valves of each type shall be the product of one manufacturer. 2. All valves shall be furnished with control assembly, operators, handwheels, levers, or other suitable type wrench including handles as specified herein or as shown on the Drawings. 3. All threaded stem valves shall open by turning the valve stem counter- clockwise. 4. The exterior of all valves and valve operators shall be painted with two coats of Tape Coat Mastic; Protecto Wrap CA1180 Mastic; or equal, except where otherwise indicated. Contract No. 3843 02510-6 Water System Piping and Accessories B. Valves and Accessories: 1. Butterfly valves: a. Rating: 250 psi water. Leaktight in both directions. b. Type: Flanged body, or as shown on the Drawings, AWWA C504, geared operator, resilient seated, 90 degree seating. c. Connections: Flange, as shown on the Drawings. d. Materials: Cast iron body; cast iron or ductile iron disc with Ni-Chrome or Type 316 stainless steel edge; Type 304 stainless steel shaft; disc to be secured to shaft with Type 304 stainless steel taper pins. e. Operator: Traveling-nut type, 2-inch standard AWWA nut, designed for buried service, watertight to 10 psi with extension stem as detailed on CMWD Standard Drawing W13. Provide three valve operator tee handles to the Owner. f. Valve seat: Buna-N seat shall be applied to the valve body. g. Bearings: Self-lubricating and corrosion resistant. h. Finish: Internal, asphalt varnish in accordance with AWWAC504; external, factory applied coal tar epoxy, 16 mils minimum thickness, i. Manufacturers: Pratt, Mueller, or equal. 2. Gate Valves: a. Rating: 150 psi water b. Type: Resilient seated, non-rising stem, AWWA C509, as modified herein c. Connection: As shown on the Drawings d. Stem seal: O-ring e. Finish: Fusion epoxy f. Manufacturers: AVK, M&H 4067, or equal. 3. Plug Valves: a. Rating: ANSI Class 150 g. Service Pressure: 150 CWP to 500 CWP h. Body: Shall be made of ASTM A216 WCC cast carbon steel. i. Plug: Shall be made of ASTM A48 Class 45B/50B grey iron. A break-in friction reducing coating of molybdenum disulfide shall be applied to the plug bearing areas after fitting of the plug to the body. e. Connection: As shown on the Drawings f. Stem: O-ring gland with threadless and blowout proof stem design. The stem packing shall be of a pre-loaded, pressure energized design that is replaceable with the valve in-line (but not under pressure). Disassembly and removal of the plug to replace the stem packing is not acceptable. j. Finish: Fusion epoxy. k. Flow Parameters: Shall allow throttle of flow between 0 cfs and 22 cfs during operating pressures of 212 psi to 260 psi with no damage to valve. I. Manufacturers: Nordstrom Valves, Inc., or equal. 4. Air release valves: Combination air release valves, 2" APCO Model 145C, or ValMatic 202, 4" APCO Model 149C, or equal. a. Materials: Cast iron body, Buna-N seat, and stainless steel float. b. Operating pressure: Under 150 psi. 5. Pressure relief valves: Not Used. Contract No. 3843 02510-7 Water System Piping and Accessories 6. Pressure reducing valves: Not Used. 7. Water meters: All meters, as part of the water system piping, shall be supplied and installed by the Water District. 8. Valve boxes and lids: Shall be Brooks 4TT Series or J. & R. 4T, normally closed valves shall be Brooks Series 3RT, per the Carlsbad Municipal Water District Water Standard Specifications. 9. Modulating Electric Motor Valve Actuators: a. Motor operated valve control shall include motorized actuator with motor, solid state modulating controller, electro-mechanical starter, operator unit gearing, limit switch gearing, limit switches, torque switches, declutch lever and auxiliary handwheel as a self-contained unit in a NEMA 4 enclosure. Valve opening/closing time shall be 90 seconds. Valve actuator shall be rated for at least 100 starts per hour. b. The motor shall be reversible, squirrel cage induction rated for 115 volts, single phase 60 Hz with Class "F" insulating system. The motor shall be totally enclosed and nonventilated with all leads terminating within the limit switch compartment. The motor shall be of sufficient size to open or close the valve at 200% of maximum required torque. The motor shall operate at ±10% of rated voltage and shall be sufficient for one complete cycle without exceeding its temperature rating. c. The drive unit shall be a multiple reduction unit with power gearing consisting of spur, helical and worm gearing. The spur/helical gears shall be made of treated steel. The worm shaft shall be of hardened alloy steel with the threads ground after heat treating. The worm gear shall be of alloy bronze accurately cut with a hobbing machine. All power gearing shall be grease lubricated and accurately machine cut. Ball or roller bearings shall be used throughout. Non-metallic or cast gearing shall not be allowed. d. Limit switches and gearing shall be an integral part of the valve control. The limit switch gearing shall be of the intermittent type, totally enclosed in its own gear case, grease lubricated to prevent dirt and foreign matter from entering the gear train and shall be made of stainless steel. Limit switches shall be of the adjustable type capable of being adjusted to trip at any point between fully opened valve and fully closed valve positions. e. Each valve control shall be provided with minimum limit switches as shown on the Drawings. Geared limit switches must be geared to the driving mechanism and in step at all times whether in motor or manual operation. f. Operator shall include a "hand," "remote" selector switch and "open," "close" pushbuttons and indicating lights indicating status as well as a mechanical attachment to indicate valve position. g. The actuator shall contain an integral modulating controller capable of receiving a 4-20 mA input (command) signal corresponding to a valve position. The modulating controller shall include an integral control power transformer. The actuator shall automatically adjust the position of the valve when the error in the comparison to feedback is greater than the preset or field adjusted deadband of the modulating controller. Contract No. 3843 02510-8 Water System Piping and Accessories h. The modulating controller shall compare the command signal with a position feedback potentiometer and position the actuator to the appropriate position. The modulating controller shall have the following features: 1) Input signal: 4-20 mA that shall cause a movement of actuator for an adjustable range throughout the fully open to fully closed position. For example, the range should be adjusted from 20% to 80% of full open. 2) Zero and span adjustment. 3) At a loss of signal, the actuator shall maintain last position except where designated otherwise in the plans and specifications. 4) Two-wire position transmitter calibrated 4-20 mA 0-100% travel. 5) Auxiliary contacts for remote monitoring of "open," "close," and "ready" indication. Ready indication shall be indicated when the valve selector is in the "remote" position. i. A permanently attached handwheel shall be provided for manual operation. The handwheel shall not rotate during electric operation but must be responsive to manual operation at all times except when being electrically operated. The motor shall not rotate during hand operation, nor shall a fused motor prevent manual operation. When in manual operation position, the unit will remain in this position until motor is energized at which time the valve operation will automatically return to electric operation and shall remain in motor position until handwheel operation is desired. This movement from motor operation to handwheel operation shall be accomplished by a positive declutching lever that will disengage the motor and motor gearing mechanically but not electrically. Hand operation must be reasonably fast. It shall be impossible to place the unit in manual operation when the motor is running. j. Manufacturer: Rotork; Limitorque; Auma; EIM; or equal. 2.05 SERVICE CONNECTIONS A. General: All corporation stops, service clamps or saddles, and service connection accessories shall be the product of one (1) manufacture. B. Service Clamps: 1. Type: Bronze, double strap, retained o-ring gasket, rolled strap threads, and tapping boss with full length threads. 2. Manufacturer: Ford or Jones Company, or equal per the Carlsbad Municipal Water District Water Standard Specifications. C. Corporation Stops: 1. Rating: 100 psi water 2. Type: Per the Carlsbad Municipal Water District Water Standard Specifications. 3. Manufacturer: Ford or Jones Company, or equal per the Carlsbad Municipal Water District Water Standard Specifications. D. Curb Stops: 1. Rating: 100 psi water 2. Type: Per the Carlsbad Municipal Water District Water Standard Specifications. 3. Manufacturer: Ford or Jones Company, or equal per the Carlsbad Municipal Water District Water Standard Specifications. Contract No. 3843 02510-9 Water System Piping and Accessories E. Meter Boxes 1. Type: Per the Carlsbad Municipal Water District Water Standard Specifications. 2. Manufacturer: Per the Carlsbad Municipal Water District Water Standard Specifications. 2.06 APPURTENANCES A. Provide all necessary assembly bolts, washers and nuts, thrust blocks, supports, gaskets, flanges, and all other appurtenant items shown on the Drawings, specified or required for the proper installation and operation of the piping, and devices included in or on the piping, equipment, and piping accessories. PART 3 - EXECUTION 3.01 PIPING INSTALLATION A. General Handling and Placing: 1. Exercise great care to prevent injury to or scoring of the pipe lining and coating, as applicable, during handling, transportation or storage. Handle fusion epoxy coated pipe in accordance with AWWAC213. Pipe shall not be stored on rough ground and rolling of the pipe on the coating will not be permitted. Repair any damaged pipe sections, specials, or fittings or replace at the direction of the Engineer. 2. Inspect each pipe fitting, valve and accessory carefully before installation. Inspect the interior and exterior protective coatings and patch all damaged areas in the field or replaced at the direction of the Engineer. 3. Place or erect all piping to accurate line and grade and backfill, support, hang, or brace against movement as specified or shown on the Drawings, or as required for proper installation. Remove all dirt and foreign matter from the pipe interior prior to installation and thoroughly clean all joints before joining. 4. Use reducing fittings where any change in pipe size occurs. Bushings shall not be used, unless specifically noted on the Drawings. Use eccentric reducing fittings wherever necessary to provide free drainage of lines. 5. Connections between ferrous and non-ferrous piping and accessories shall be made using a dielectric coupling, union, or flange. B. General Buried Piping Installation: 1. Trenching, bedding, and backfill for buried piping shall be as shown on the Drawings and as specified in Section 02302. 2. Where no grade elevations are shown on the Drawings, buried piping shall have at least 4 feet of cover. 3. Provide each pipe with a firm, uniform bearing for its full length in the trench except at field joints. Do not lay pipe in water or when trench conditions or weather are unsuitable for such work. 4. Protect buried piping against thrust by use of restrained pipe joints, or thrust blocks if shown on the Drawings. Securely brace all exposed free pipe ends. 5. Do not pull bell and spigot, gasketed joints more than 75% of the maximum deflection permitted by the pipe manufacturer. Contract No. 3843 02510-10 Water System Piping and Accessories C. Water Main Installation: 1. The Contractor is advised that precautions taken to keep the pipeline clean during construction will facilitate achieving the disinfection requirements of this project with a minimum of effort and expense. Compliance with these suggested minimum procedures will not relieve the Contractor of the disinfection requirements. 2. Prior to installation, thoroughly clean the interior of each length of pipe and each fitting or valve and inspect to ensure that no foreign material remains. Cover both ends with plastic and do not uncover them until just prior to completing the joint. 3. Whenever pipe laying is discontinued for short periods, or whenever work is stopped at the end of the day, close the open ends of the pipe with watertight plugs or bulkheads. 4. Provide adequate trench pumping to ensure against groundwater contacting the inside of the pipeline at any time. Do not lower any pipe or fitting into a trench where groundwater is present and may enter the pipe. When necessary, pump the water from trenches and keep the trench dry until the joints have been completed and the open ends of the pipe have been closed with a watertight plug. Do not remove the plug until the trench has again been pumped dry. 5. Keep new pipe sections clean and dry. 6. When making the connection between a new pipeline and an existing pipeline, or when repairing a damaged pipe, take the following extra precautions: a. Clean the exterior of the existing pipeline of all dirt and debris, and spray or swab with a standard 5.25% or stronger chlorine solution (as specified) in the immediate vicinity of the work. Clean equipment and materials, including new pipe and fittings, to be used in making these connections of all dirt and debris and disinfect them. Allow at least 30 minutes contact time for disinfection before the chlorine solution is diluted or rinsed off. Provide sufficient trench pumps to prevent flooding of the trench. b. When an old line is opened, either by accident or by design, the excavation may be wet or badly contaminated from groundwater. Apply liberal quantities of standard chlorine solution or tablets to the open trench areas to lessen the danger from such pollution. Tablets are recommended because they dissolve slowly and continue to release hypochlorite as water is pumped from the excavation. Scatter liberally around and locate the tablets so that flow entering the work site will contact the disinfecting agent. Trench application should be done very carefully to avoid contact by skin and clothing with chlorine solution. Minimally, safety dictates wearing safety goggles and rain gear. c. When excavating a leaking or broken pipeline, "valve-off" the system gradually to less than watertightness. This is to prevent causing areas of zero pressure which would allow entry of foreign material. A flow should be maintained which is slightly less than trench pump capability. Once the break is exposed and cleaned to disallow site contamination, the valving can then be made watertight. Contract No. 3843 02510-11 Water System Piping and Accessories E. Installation Specifics: 1. Ductile Iron Pipe: a. Buried pipe shall be installed in accordance with AWWA C600. b. Wrap buried pipe with 8 mil polyethylene film in accordance with AWWA C105. Continuously seal seams and overlaps with tape. Seal circumferential overlaps with two turns of tape, half lapped. Gather excess polyethylene on top of pipe so as not to block backfill material from getting under bottom of pipe. Use caution so as not to rip or cut the polyethylene film. Seal any rips or cuts in the film with tape. c. Wherever the pipeline crosses over or under a sewer main or house service lateral, center a standard length pipe, 18-foot minimum, on said sewer main or lateral so as to have the pipeline joints as far as possible away from the sewer. This may require field cutting of some pipe pieces. d. Flanged Joints: Flanged joints shall be made up tight with care being taken to avoid undue strain in the flanges, fittings, and other accessories. Bolt holes shall be aligned for each flanged joint. Bolts shall be full size for bolt holes; use of undersize bolts to make up for misalignment of bolt holes or for any other purpose will not be permitted. Adjoining flange faces shall not be out of parallel to such a degree that the flanged joint cannot be made watertight without over-straining the flange. Replace any flanged pipe or fitting whose dimensions do not allow the making of a proper flanged joint as specified herein by one of proper dimensions. Clean flanges prior to making joints. e. Restrained Joints: Install in accordance with manufacturer's instructions. Pull slack out of joint after makeup. 2. Pretensioned Concrete Cylinder Pipe and Welded Steel Pipe: Not Used. 3. Cast Iron Sewer Pipe: Not Used. 4. Copper Pipe: a. Bends shall be made in a manner that does not crimp or flatten pipe. b. Dielectric unions shall be installed at connections with ferrous piping. c. Pipe shall have joints squarely cut clean, properly fluxed and heated before solder is placed in the joint. Joints must be driven up tight before solder is added. Compression and flared joints shall be made up in accordance with the manufacturer's instructions. 5. Galvanized Steel Pipe: Not Used. 6. Polyvinyl Chloride Pipe: Installation shall conform to AWWA M23, Chapters 6 and 7, as modified herein. 3.02 COUPLING INSTALLATION A. Flexible Couplings and Flange Coupling Adaptors: Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat for the gasket. Care shall be taken that the gaskets are wiped clean before they are installed. If necessary, flexible couplings and flanged coupling adapter gaskets may be lubricated with soapy water or manufacturer's standard lubricant before installation on the pipe ends. Install in accordance with the manufacturer's recommendations. Bolts shall be tightened progressively, drawing up bolt on opposite sides a little at a time until all bolts have a uniform tightness. Workers tightening bolts shall be equipped with torque-limiting wrenches or other favorably reviewed type. Anchor studs on restrained flanged coupling adapters shall be installed so as to lock into holes drilled through pipe wall in accordance with manufacturer's recommendation. B. Flexible Expansion Joints: Install in accordance with manufacturer's instructions . Contract No. 3843 02510-12 Water System Piping and Accessories 3.03 INSTALLATION OF VALVES AND ACCESSORIES A. Wrap buried valve bodies as specified for flexible couplings and flanged coupling adapters. B. Use reducing fittings where any change in pipe size occurs between valves or accessories and the attached pipeline. Bushings shall not be used, unless specifically noted on the Drawings. Use eccentric reducing fittings wherever necessary to provide free drainage of lines. Inspect each piece of pipe and each fitting carefully to see that there is no defective workmanship on pipe, or obstructions in pipes and fittings. 3.04 FIELD QUALITY CONTROL A. The Owner will: a. Inspect field welds and test the welds if it is deemed necessary. b. Perform bacteriological analysis for pipelines to be disinfected. B. Factory Quality Control: The Contractor shall test all products as required herein and by the reference specifications. C. The Contractor shall: a. Perform leakage tests per CMWD Standards. b. Be responsible for the costs of additional inspection and retesting by the Owner resulting from non-compliance. 3.05 CLEANING A. Prior to testing, the inside of each completed pipeline shall be thoroughly cleaned of all dirt, loose scale, sand and other foreign material. Cleaning shall be by sweeping, flushing with water internal cleaning device or "pig" or blowing with compressed air, as appropriate for the size and type of pipe. Flushing shall achieve a velocity of at least 3 feet per second. The Contractor shall install temporary strainers, temporarily disconnect equipment or take other appropriate measures to protect equipment while cleaning piping. Cleaning shall be completed after any repairs. • 3.06 FIELD TESTING A. General: Perform leakage tests on all pipe installed in this project. Furnish all equipment, material, personnel, test media and supplies to perform the tests and make all taps and other necessary temporary connections. The test pressure, allowable leakage and test medium shall be per CMWD Standards. Perform leakage tests on all piping at a time agreed upon and in the presence of the Engineer. The Contractor may purchase water for construction, cleaning, testing and disinfection of the pipelines from the City at a fire hydrants designated by the City. At any connection to the City water system, the Contractor shall provide an air-gap or reduced pressure backflow valve system to prevent backflow into the water source. B. Buried Piping: Perform the leakage test for buried piping after all pipe is installed and backfilled. However, preliminary tests may be conducted prior to backfill. If preliminary tests are conducted, provide any necessary temporary thrust restraint. Contract No. 3843 02510-13 Water System Piping and Accessories C. Accessories: It is the responsibility of the Contractor to block off or remove equipment, valves, gauges, etc., which are not designed to withstand the full test pressure. D. Testing Apparatus: Provide pipe taps, nozzles and connections as necessary in piping to permit testing, addition of test media, and draining lines and disposal of water, as is necessary. Plug these openings in a manner favorably reviewed by the Engineer after use. Provide all required temporary bulkheads. E. Correction of Defects: If leakage exceeds the allowable, repair or replace the installation and repeat leakage tests as necessary until conformance to the leakage test requirements specified herein have been fulfilled. All visible leaks shall be repaired even if the pipeline passes the allowable leakage test. F. Reports: Keep records of each piping test, including: 1. Description and identification of piping tested. 2. Test pressure. 3. Date of test. 4. Witnessing by Contractor and Engineer. 5. Test evaluation. 6. Remarks, to include such items as: a. Leaks (type, location). b. Repairs made on leaks. c. Submit test reports to the Engineer. G. Venting: Where not shown on the Drawings, the Contractor may install valved "TEES" or corporation stops and saddles at high points on piping to permit venting of air. Valves shall be capped after testing is completed. H. Testing Specifics: 1. Water Transmission Mains: a. Method: AWWA C600, as modified herein. b. Duration: Four hours. c. Pressure: 150 psi measured at lowest point of section of pipeline being tested. d. Medium: Potable water. e. Allowable Leakage: Leakage shall be defined as the quantity of test medium that must be added to the section of pipeline being tested to maintain the specified test pressure for the specified test duration. Maximum allowable leakage shall be as specified in AWWA C600. 2. Cast Iron Sewer Pipe: a. Water or Sewage Service: 1) Duration: One hour. 2) Pressure: 6 psi. 3) Medium: Water. 4) Allowable Leakage: None. 3. Copper and Galvanized Steel Pipe: a. Duration: Four hours. b. Pressure: 150 psi. c. Medium: Water. d. Allowable Leakage: None. Contract No. 3843 02510-14 Water System Piping and Accessories 3.07 DISINFECTION OF POTABLE WATER SYSTEMS A. Disinfect all water mains and interconnected piping after testing and before being placed into service to ensure their bacteriological safety. Disinfection shall be accomplished under the supervision of the Contractor by a person skilled and experienced in the operation of water systems. Following disinfection and flushing, the Contractor will have a State Certified laboratory technician collect water samples for bacteriological analysis of the water. If the specified bacteriological requirements are not satisfied, the disinfection procedure must be repeated until the requirements are met. B. Mains: 1. Standard: AWWA C651 as amended herein. 2. Forms of Chlorine: Sodium hypochlorite or calcium hypochlorite. 3. Method: Continuous-Feed. C. Small Pipelines (less than 3 inch): 1. Preparation: Provide the system with a 1-inch minimum service cock or valve or other means to inject chlorine solution at a point within 2 or 3 feet of its junction with the supply source. When system is complete thoroughly flush it by fully opening every outlet until clear water flows from all of them. 2. Disinfecting Agent: Sodium hypochlorite or calcium hypochlorite in sufficient quantities to produce chlorine concentration of at least 50 parts per million in the system. 3. Disinfecting Procedure: a. Connect a hand-operated pump, or other means of injecting the disinfecting agent, to 1-inch minimum service cock or valve or other injection device. Pump must provide a pressure greater than that of supply of system. b. With system completely full of water and supply valve open, proceed to adjust every outlet of system so that a trickle of water flows from each. c. Inject disinfectant slowly and continuously at an even rate, not in slugs, until a test at each outlet shows a free chlorine residual concentration of at least 50 parts per million. d. Close all outlets and valves, including valve connecting to supply line and 1-inch minimum service cock on solution injection connection. Maintain condition for 24 hours. After 24 hours test for residual chlorine at each outlet. The free residual chlorine concentration indicated should be not less than 10 ppm. If the indicated free chlorine concentration is less than 10ppm, the disinfection procedure must be repeated until an approved result is obtained. 4. When the above procedure has been completed to the satisfaction of the Engineer, flush out entire system with fresh water until tests at all outlets show a residual of not more than 2.0 ppm or residual of potable supply water used for flushing. D. Chlorine Residual Testing: AWWA C651, Appendix A, DPD Drop Dilution Method, except where otherwise specified. Contract No. 3843 02510-15 Water System Piping and Accessories E. Bacteriological Analyses of Water: After the completion of disinfecting procedure, including the final flushing as described heretofore, the Engineer will obtain water samples from this system for bacteriological analyses. Requirements for satisfactory disinfection of water supply are that bacteriological analyses (Heterotrophic plate count) indicate that water samples are negative for coliformnerogenes organisms, and that total plate count is less than 100 bacteria per cubic centimeter. If bacteriological analyses do not satisfy the above requirements, then disinfection procedure must be repeated until these requirements are met. F. Disposal of Disinfection Solution: Dispose of disinfection solution in accordance with applicable regulations. Take care to assure that chlorinated water is not spilled in drains. END OF SECTION Contract No. 3843 02510-16 Water System Piping and Accessories SECTION 07136 MODIFIED BITUMINOUS SHEET MEMBRANE WATERPROOFING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Modified Bituminous Sheet Membrane Waterproofing System. 2. Related sealant work. 3. Protection board. 4. Prefabricated drainage composite. 5. Related copper or neoprene flashings. B. Location: Provide Bituminous Sheet Membrane Waterproofing to the underside and to the exterior side walls of the precast concrete vault. C. Related Sections: 1. Section 02085 Precast Concrete Utility Vaults 1.02 REFERENCES A. The following standards and publications are applicable to the extent referenced in the text. B. American Society for Testing and Materials (ASTM): 1. C177 Test for Steady-State Thermal Transmission Properties by Means of the Guarded Hot Plate 2. C836 Joint Cycling of Membranes 3. C836 Crack Cycling of Membranes 4. D146 Sampling and Testing Felted and Woven Fabrics Saturated with Bituminous Substances for Use in Waterproofing and Roofing 5. D3767 Practice for Rubber - Measurements of Dimensions 6. D412 Tests for Rubber Properties in Tension 7. D570 Test Method for Water Absorption of Plastics 8. D5385 Resistance to Hydrostatic Head 9. D882 Modified Film Tensile Strength 10. D903 90° Peel Adhesion for Bituthene Waterproofing Membrane to Concrete Substrate 11. D1876 Modified Cap Adhesion at Minimum Application Temperatures 12. D1970 Low Temperature Flexibility 13. E96 Tests for Water Vapor Transmission of Materials in Sheet Form 14. E154 Testing Materials for Use as Vapor Barriers Under Concrete Slabs and as Ground Cover in Crawl Spaces C. General Services Administration, Public Building Service: 1. GSA-PBS-07115 Guide Specification for Elastomeric Waterproofing Contract No. 3843 07136 -1 Modified Bituminous Sheet Membrane Waterproofing 1.03 SUBMITTALS A. Submit in accordance with Section 2-5.3 Submittals. B. Product Data: Submit manufacturer's product date, installation instructions, use limitations and recommendations. Include certification of data indicating Volatile Organic Compound (VOC) content of all components of waterproofing system. Also submit material manufacturer's certification of installer's qualifications. C. Samples: Submit representative samples of the following for approval: 1. Sheet Membrane. 2. Protection board. 3. Prefabricated drainage composite. 1.04 QUALITY ASSURANCE A. Manufacturer: Sheet Membrane Waterproofing Systems shall be manufactured and marketed by a firm with a minimum of 10 years experience in the production and sales of modified bituminous self-adhesive Sheet Membrane Waterproofing. Submit evidence of ability to meet all requirements specified, and include a list of projects of similar design and complexity completed within the past 5 years. B. Installer: 1. A firm exclusively engaged in waterproofing membrane installation and having at least 3 years of experience in work of the type and scope required by this Section. 2. A firm certified in writing by the material manufacturer as being qualified and experienced in the work required by this Section. C. Materials: Provide materials, which are the products of one manufacturer for all work under this Section. D. Pre-lnstallation Conference: Hold a pre-installation conference with the Contractor, installer, system manufacturer, construction manager and Design Engineer prior to commencement of field operations. Review project requirements to establish procedures to maintain optimum working conditions and coordinate this work with related and adjacent work. Include review of special details and flashing. E. Manufacturer's Representative: Make arrangements necessary to have a trained employee of the manufacturer on site periodically during membrane waterproofing work to review installation procedures and certify that all work was done correctly prior to backfill placement. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver materials and products in labeled packages. Store and handle in strict compliance with manufacturer's instructions, recommendations and material safety data sheets. Protect from damage due to sunlight, weather, excessive temperatures and construction operations. Remove damaged material from the site and dispose of in accordance with applicable regulations. 1. Do not double-stack pallets of membrane on the job site. Provide cover on top and all sides, allowing for adequate ventilation. 2. Protect primer, mastic and adhesive from moisture and potential sources of ignition. 3. Store protection board flat and off the ground. Provide cover on top and all sides. B. Sequence deliveries to avoid delays, but minimize on-site storage. Contract No. 3843 07136 - 2 Modified Bituminous Sheet Membrane Waterproofing 1.06 PROJECT CONDITIONS A. Perform work only when existing and forecasted weather conditions are within the limits established by the manufacturer of the materials and products used. B. Proceed with installation only when substrate construction and preparation work is complete and in condition to receive Sheet Membrane Waterproofing. 1.07 WARRANTY A. Sheet Membrane Waterproofing: Provide written 5-year warranty against water intrusion issued by the membrane manufacturer upon completion of the work. PART 2 - PRODUCTS 2.01 MATERIALS A. Modified Bituminous Sheet Membrane Waterproofing System: 1. Provide all required materials for a complete Sheet Membrane Waterproofing system made by a single manufacturer. All products described in this Section are made by W. R. Grace and Company and are for use with the bituthene modified bituminous Sheet Membrane Waterproofing system. Equivalent systems by other manufacturers may be submitted for evaluation if they include all of the products required made by a single manufacturer, including a product suitable for blind side waterproofing. 2. Liquid-applied membranes and bentonite products are not considered equivalents. 3. Use materials suitable for installation in soil contaminated with hydrocarbons. 4. Acceptable Manufacturers and Systems: a. Bituthene 3000 and Bituthene Pre-Pour (for blind side waterproofing) by W. R. Grace and Company; or equal. Specifier knows of no other maker who makes all of the required products. B. System Components: 1. Modified Bituminous Membrane: A self-adhesive 60-mil-thick cold-applied composite sheet consisting of 56 mils of rubberized asphalt and 4 mils of cross- laminated, high-density polyethylene film. Provide rubberized asphalt membrane covered with release paper, which is removed during installation. No special adhesive or heat shall be required to form laps. Bituthene 3000 by W. R. Grace and Company; or equal, a) Physical Properties: Property Color Thickness, ASTM D 3767, Method A Low Temperature Flexibility, ASTM D 1970 Tensile Strength, Membrane, ASTM D412, Die C Modified Tensile Strength, Film, ASTM D 882 Modified Elongation, Ultimate Failure or Rubberized Asphalt, ASTM D4 12 Modified Crack Cycling, 100 Cycles, ASTM C836 Lap Adhesion at Minimum Application Temp ASTM D1 876 Modified Peel Strength, ASTM D 903 Puncture Resistance, Membrane, ASTM E 154 Resistance to Hydrostatic Head, ASTM D 5385 Exposure to Fungi, 16 weeks, GSA PBS 071 15 Permeance, ASTM E 96, Water Method Water Absorption, 72 hours, ASTM D 570 Bituthene 3000 Gray-black 60 mils (1.5 mm) Unaffected at -32°C (-25°F) 2240 kN/m2 (325 psi minimum) 34,500 kN/m* (5000 psi minimum) 300% Unaffected at -32°C (-25°F) 700 N/m (4.0 Ib/in. width) 1576N/m(9.0lb/in. widthl 222 N (50 Ib. minimurnl 60m (200 ft. minimum) No effect 2.9 ng/m^-sPa (0.05 perms maximum) 0.1% maximum Contract No. 3843 07136 - 3 Modified Bituminous Sheet Membrane Waterproofing Modified Bituminous Pre-pour Membrane: A four-layer composite Sheet Membrane consisting of 0.76 mm (0.030 in) of high density polyethylene film, 0.64 mm (0.025 in) of specially formulated synthetic adhesive, 0.03 mm (0.001 in) of protective coating and a surface treatment. Bituthene Pre-Pour HD by W. R. Grace and Company; or equal, a. Physical properties: Property Color Thickness Peel Adhesion to Concrete Lap Adhesion Resistance to Hydrostatic Head Low Temperature Flexibility Puncture Resistance Tensile Strength, Film Value Black with white protective coating 1.07 mm nominaiiO.042 in.) 880 N/m minimum (5.0 Ib/in.) 528 N/m minimum (3.0 Ib/in.) 70 m (231 ft) Unaffected at 23°C(-10°F) 445 N minimum (100 Ibs) 27,600 kPa minimum (4000 psi) Test Method ASTM D 3767 Method A ASTMD 903 Modified' ASTM D 1876 Modified' ASTM D 5385 Modified" ASTM D 1970 ASTM E 154 ASTMD 41 2 1Concrete is cast against the protective coating surface of the membrane and allowed to properly dry (7 days minimum). Peel adhesion of membrane to concrete is measured at a rate of 2-inch (50 mm) per minute at room temperature.2The test is conducted 15 minutes after the lap is formed and run at a rate of (2-inch (50 mm) per minute at -4°C (25°F). Hydrostatic head tests are performed by casting concrete against the membrane with a lap. Before the concrete sets, a 0.125-inch (3 mm) spacer is inserted perpendicular to the membrane to create a gap. The cured block is placed in a chamber where water is introduced to the membrane surface up to a head of 231 feet (70 m). 3. Modified Bituminous Pre-Pour HD Membrane: A four-layer composite Sheet Membrane consisting of 0.76 mm (0.030 in) of high-density polyethylene film, 0.64 mm (0.025 in) of specially formulated synthetic adhesive, 0.03 mm (0.001 in) of protective coating and a detackifying surface treatment, a. Physical Properties: Property Color Thickness Peel Adhesion to Concrete Lap Adhesion Resistance to Hydrostatic Head Low Temperature Flexibility Puncture Resistance Tensile Strength, Film Value Black with white protective coating 1.42 mm nominal (0.056 in.) 880 N/m minimum (5.0 Ib/in.) 528 N/m minimum (3.0 Ib/in.) 70 m (231 ft) Unaffected at 23°C(-10°F) 990 N minimum (200 Ibs) 27,600 kPa minimum (4000 psi) Test Method ASTM D 3767 Method A ASTMD 903 Modified' ASTMD 1876 Modified' ASTM D 5385 Modified0 ASTM D 1970 ASTM E 154 ASTM D 412 Concrete is cast against the protective coating surface of the membrane and allowed to properly dry (7 days minimum). Peel adhesion of membrane to concrete is measured at a rate of 50 mm (2-inch) per minute at room temperature. The test is conducted 15 minutes after the lap is formed and run at a rate of 2-inch (50 mm) per minute at -4°C (25°F). Hydrostatic head tests are performed by casting concrete against the membrane with a lap. Before the concrete sets, a 0.125-inch (3 mm) spacer is inserted perpendicular to the membrane to create a gap. The cured block is placed in a chamber where water is introduced to the membrane surface up to a head of 231 feet (70 m). Contract No. 3843 07136 - 4 Modified Bituminous Sheet Membrane Waterproofing 4. Hydrocarbon Resistant Drainage Composite: Composed of a 1/4-inch-thick (6 mm) dimpled drainage core, a nonwoven filter fabric and a high modulus backing film, all manufactured from polyethylene terephthalate. Hydroduct HR by W. R. Grace and Company; or equal. 5. Protection Board: a. Asphaltic Hardboard, 1/4-inch-thick, premolded, semi-rigid protection board consisting of a bitumen and mineral core between two reinforcing liners. Use on horizontal surfaces. W. R. Grace and Company; or equal. b. Expanded Polystyrene Protection Board 1-inch-thick and having a nominal density of 1 Ib. per cubic foot. Use on vertical surfaces. W. R. Grace and Company; or equal. 6. Liquid Membrane: A two-component, elastomeric, cold-applied, trowel-grade material designed for use with the specified membrane waterproofing system. Bituthene Liquid Membrane by W. R. Grace and Company; or equal. 7. Mastic: A rubberized asphalt-based mastic designed for specific uses only as recommended by the maker of the specified membrane waterproofing system. Bituthene Mastic by W. R. Grace and Company; or equal. 8. Edge Guard Tape: A specially formulated tape designed for applications where resistance to hydrocarbon contaminated soil is required. Two inches (51 mm) wide and constructed of a 2-mil (0.025mm) polyesther film with a 1-mil pressure sensitive solvent-resistant acrylic adhesive on one face. Bituthene Edgeguard Tape by W. R. Grace and Company; or equal. 9. Miscellaneous Materials: a. Use products manufactured by the maker of the Sheet Membrane Waterproofing System and recommended by the maker for the applications listed below. Products listed are by W. R. Grace and Company and are intended for use with the Bituthene Sheet Membrane Waterproofing System. Equivalent products by makers of other systems may be submitted with those complete systems for evaluation. b. Surface conditioners. c. Primers: 1) Primer: Bituthene P3000. 2) Water Based Primer: Bituthene Water-Based Primer 3) Primer for Uncured Concrete: Bituthene Green Concrete Primer 4) VOC Compliant Primer: Bituthene Low VOC Primer d. Deck Prep: Bituthene Deck Prep e. Protection Board Adhesive: Bituthene Protective Board Adhesive f. Two-sided tape for use with protection boards and drainage composites: Bituthene Two-Sided Tape 10. Miscellaneous Pre-Pour Materials: a) Pre-Pour Tape: A reinforced two-sided pressure sensitive adhesive tape, 2-1/2-inch (64 mm) wide, interwound with silicone-coated release liner. b) Pre-Pour Penetration Seal: A two-sided reinforced seal tape 2-1/2-inch (64 mm) wide with an aggressive pressure-sensitive adhesive on one side and two layers of adhesive that forms a continuous bond with concrete cast against it on the other side. Contract No. 3843 07136 - 5 Modified Bituminous Sheet Membrane Waterproofing PART 3 - EXECUTION 3.01 EXAMINATION A. Examine conditions of substrates and other conditions under which this work is to be performed. Have unsatisfactory conditions corrected by appropriate trades before proceeding with work under this Section. 3.02 PREPARATION OF SUBSTRATES A. Review Sheet Membrane Waterproofing System manufacturer's requirements for preparation of substrates. Apply membrane only to surfaces that are structurally sound and free of voids, spalled areas, loose aggregate and sharp protrusions. Remove contaminants such as grease, oil and wax from exposed surfaces. Remove dust, dirt, loose stone and debris. Use repair materials and methods, which are acceptable to manufacturer of Sheet Membrane Waterproofing. Cure concrete with clear resin-based curing compounds free of oil, wax and pigment. Remove all traces of curing compound prior to installing membrane. B. Cast-in-Place Concrete Substrates: 1. Do not proceed with installation until concrete has properly cured and dried, minimum 7 days for normal structural concrete and minimum 14 days for lightweight structural concrete. 2. Fill form tie rod holes with concrete and finish flush with surrounding surface. 3. Repair bugholes over 1/2-inch in width or length and finish flush with surrounding surface. 4. Remove scaling to sound, unaffected concrete and repair exposed area. 5. Grind irregular construction joints and offsets to suitable flush surface. C. Related Materials: Treat joints and install flashings as recommended by waterproofing manufacturer. 3.03 ENVIRONMENTAL CONDITIONS A. Apply Sheet Membrane Waterproofing system only in dry weather when air and surface temperatures are above -4°C (25°F). B. Apply Bituthene 3000 only in dry weather when air and surface temperatures are above 5°C (40°F). Use Bituthene Low Temperature Membrane between -4°C (25°F) and 5°C (40°F). C. Apply Bituthene Low Temperature Membrane up to 16°C (60°F). D. Apply Surface Conditioner and other accessory products in dry weather above -4°C (25°F). E. Conditions Suitable for Primers Application: 1. Apply solvent primers in dry weather above -4°C (25°F). 2. Apply green concrete primer in dry weather above 5°C (40°F). 3. Apply Bituthene water-based primer in dry weather above 10°C (50°F). 4. Do not apply products to frozen concrete. Contract No. 3843 07136 - 6 Modified Bituminous Sheet Membrane Waterproofing 3.04 CONDITIONING A. Dilute surface conditioner according to label instructions. Spray diluted Surface Conditioner uniformly to substrate at a rate of 12-15 sq. m/L (500-600 sq. ft. per gallon). Use appropriate sprayer and nozzle. B. Allow surface conditioner to dry completely and thoroughly prior to membrane application. The surface conditioner is considered dry when the substrate returns to its original color (minimum one hour). To test for dryness, rub small conditioned area by hand. Wet conditioner will ball up under the fingertips. Let dry until conditioner cannot be rubbed off. If conditioned areas are not covered that day, recondition the area if there is significant dust or dirt contamination. 3.05 PRIMING A. Apply one of the primers manufactured by the Sheet Membrane Waterproofing System maker and selected by the system manufacturer as being the best choice based on job conditions. B. Apply Bituthene primers by lamb's wool roller at a coverage rate of 6-8 sq. m/L (250 to 350 sq. ft. per gallon). Allow primer to dry one hour or until tack-free. C. Apply Bituthene water based primer by spray or roller at a coverage rate of 12- 15 sq. m/L (500 to 600 sq. ft. per gallon). Allow primer to dry one hour or until concrete returns to original color. D. Dry time may be longer in cold temperatures. Reprime areas if contaminated by dust. If the work area is dusty, apply membrane as soon as the primer is dry. Surfaces treated with Deck Prep do not require conditioning or priming. Metal does not require priming but must be clean, dry, and free of loose paint, rust or other contaminants. 3.06 CORNER DETAILS A. Use the corner treatment recommended by the System manufacturer based on the location of the corner. Comply with recommendations of system manufacturer's field representative. B. At Wall to Footing Inside Corners: 1. Apply membrane to within 1-inch (25 mm) of base of wall. Treat the inside corner by installing a 3/4-inch (19 mm) fillet of Liquid Membrane, extend Liquid Membrane at least 2-1/2-inch (64mm) onto footing, and 2-1/2-inch (64mm) onto wall membrane. 2. Treat the inside corner by installing a 3/4-inch (19mm ) fillet of Liquid Membrane. Apply 12-inch (305mm) wide strip of membrane centered over fillet. Apply wall membrane over inside corner and extend 6-inch (150mm) onto footing. Apply 1-inch (25 mm) wide troweling of mastic or Liquid Membrane over all terminations and seams within 12-inch (300 mm) or corner. C. At footings where the elevation of the floor slab is 6-inch (152 mm) or more above the footing, treat the inside corner either by the above methods or terminate the membrane at the base of the wall. Seal the termination with Mastic or Liquid Membrane. Contract No. 3843 07136 - 7 Modified Bituminous Sheet Membrane Waterproofing D. Outside corners, apply 12-inch (305mm) membrane strip centered on corner. Cover the treated corner with a full sheet of membrane to ensure 2-ply coverage. Or, lap Sheet Membrane from two adjacent surfaces at least 12 inches at an outside corner so there is 2-ply coverage at corner and extending 6 inches on each side of corner. Apply Edge Guard Tape over all membrane joint laps. E. Joints: Properly seal all joints with waterstop, joint filler and sealant as required. Sheet Membrane is not intended to function as the primary joint seal. Prestrip all slab and wall cracks over 1/16-inch (1.5 mm) wide and all construction and control joints with 12-inch (300 mm) wide membrane. 3.07 APPLICATION ON HORIZONTAL SURFACES A. Apply membrane from the low point to the high point so that laps shed water. B. Overlap all seams at least 2-1/2-inch (64 mm). Stagger all end laps. Roll the entire membrane firmly and completely as soon as possible. Use a linoleum roller or standard water-filled garden roller less than 30-inch (760 mm) wide, weighing a minimum of 34 kg (75 Ibs.) when filled. To assure obtaining uniform overall contact between the membrane and the primed substrate use a roller that is wrapped with two layers of indoor-outdoor carpet or one layer of 1/2-inch (13 mm) thick plastic foam. Apply Edge Guard Tape over all Sheet Membrane joint laps. C. Seal all T-joints and membrane terminations with Liquid Membrane at the end of the day. D. Patch tears and inadequately lapped seams with sheet membrane material. Slit fishmouths, repair with a patch extending 6-inch (152 mm) in all directions from the slit and seal edges of the patch with Liquid Membrane. Do not apply mastic where it will be covered with membrane. E. Flood test all horizontal applications with a minimum 2-inch (51 mm) head of water for 24 hours. Mark any leaks and repair when the membrane is dry. Before flood testing, be sure the structure will withstand the dead load of the water. For well- sloped decks, segment the flood test to avoid deep water near drains. Start floor test one day after completing the application of Sheet Membrane Waterproofing System. 3.08 PROTRUSIONS AND PENETRATIONS A. Protrusion of Items Cast In Concrete: 1. Apply Sheet Membrane to within 1-inch (25 mm) of the base of the protrusion. Apply Liquid Membrane 90 mils thick (3/32-inch or 2.3 mm) around protrusion. Liquid Membrane should extend over the membrane a minimum of 2-1/2-inch (64 mm) and at least 6 inches out onto the protruding item. 2. Apply a layer of Sheet Membrane or edge seal tape lapping the Liquid Membrane at least 6 inches on each side. Seal all edges of Sheet Membrane with Liquid Membrane. Contract No. 3843 07136 - 8 Modified Bituminous Sheet Membrane Waterproofing B. Penetrations: 1. Apply membrane to the wall or slab surface and extend at least 6 inches inside the hole in the wall or slab. 2. Insert a sealant backer rod and install a two-part polyurethane sealant to fill the annular space between the penetrating item and the Sheet Membrane that has been extended inside the hole in the wall or slab. Apply the sealant filler to a thickness equal to 2/3 of the widest part of the annular space. 3. Apply two layers of Sheet Membrane fitted around the hole or opening in the wall or slab and extending out onto the Sheet Membrane applied to the face of the wall or slab. Extend the first layer of Sheet Membrane 6 inches out onto the penetrating item and 6 inches onto the membrane on the face of the wall or slab. Extend the second layer of Sheet Membrane 6 inches beyond the edges of the first layer. Seal the edges of all layers of Sheet Membrane with Liquid Membrane. 3.09 VERTICAL SURFACES A. Apply membrane in lengths up to 8 feet (2.4 m). Overlap all seams at least 2 1/2- inch (64 mm). On higher walls apply membrane in two or more sections with the upper overlapping the lower by at least 2-1/2-inch (64 mm). Roll all membrane with a hand roller. B. Seal all laps within 12-inch (305mm) of all corners with a troweling of Liquid Membrane. Apply a troweled bead of Liquid Membrane to all vertical and horizontal joints and terminations at the end of each workday. C. Patch tears and inadequately lapped seams with Sheet Membrane. Slit fishmouths and repair with a Sheet Membrane patch extending 6 inch (152 mm) in all directions from the slit and seal edges of the patch with Liquid Membrane. Inspect the membrane thoroughly and make any required repairs before covering. 3.10 PROTECTION OF MEMBRANE A. Protect Sheet Membrane to avoid damage from other trades, construction materials, or backfill. B. On vertical applications use Hydrocarbon-Resistant Drainage Composite. Adhere drainage composite to membrane with two-sided tape. Adhere polystyrene Protection Board to the earthfill side of the drainage composite with Bituthene Protection Board Adhesive or two-sided tape. C. On horizontal surfaces apply Hydrocarbon-Resistant Drainage Composite and Asphaltic Hardboard to the backfill side of the Sheet Membrane. Adhere as necessary to membrane with Bitustik Tape. Cover all Sheet Membrane exposed abovegrade with 16 oz. copper or neoprene flashing. Install two layers of 1/4-inch- thick Asphalt Hardboard protection board over the drainage composite the same day as the membrane is applied or immediately after 24-hour flood testing. Contract No. 3843 07136 - 9 Modified Bituminous Sheet Membrane Waterproofing 3.11 INSTALLATION OF PRE-POUR HD MEMBRANE A. Substrate Preparation: 1. Substrates must be relatively smooth and sound with no gaps or voids greater than 0.5 inch (12 mm). 2. Earth substrates should be compacted to produce an even, sound substrate. Loose aggregate, sharp protrusions and standing water should be removed. If the soil is composed of mostly sharp and angular stone, an underlayment of Hydroduct® drainage composite may be required. Hydroduct drainage composite provides an excellent substrate for the membrane with the additional benefit of positive drainage. 3. Concrete substrates (i.e., mud slabs) should be smooth and monolithic. Surfaces must be free of large voids, spalled areas, loose aggregate and sharp protrusions. Broom finishes for concrete are NOT acceptable. Apply Pre-Pour HD membrane as soon as the substrate can accept foot traffic; the concrete surface does not need to be cured for 7 days since the membrane does not have to adhere to the substrate. Remove any standing water prior to applying the membrane. B. Membrane Installation: 1. Apply membrane in fair weather at temperatures of -4°C (25°F) or above. 2. Apply the membrane with the HOPE side facing the properly prepared substrate and the treated white coating surface facing the concrete to be poured. The membrane may be installed at any convenient length. Apply succeeding sheets by overlapping previous sheets 3-inch (75 mm) along the self-adhesive edge of the membrane. Remove the silicone-coated release liner covering the membrane and roll the side lap to assure a tight seal. 3. End laps are made by overlapping the end of the previously installed sheet a minimum of 3-inch (75 mm) and applying Pre-Pour Tape centered over the end lap. Roll the end lap to assure a tight seal. C. "Through Slab or Wall" Penetrations: 1. A "through slab or wall" penetration is any penetration through both the waterproofing system and the concrete slab to be poured. Examples of "through slab" penetrations include pipes and conduits. 2. Use the following three-step process to seal around "through slab" penetrations. a. Cut membrane tight to the penetration. If the membrane is not within 0.25- inch (6 mm) of the penetration, then install Pre-Pour Tape to cover the gap- b. Wrap the penetration with Pre-Pour Tape. Position the tape 0.5-inch (12 mm) above the membrane. c. Apply Liquid Membrane around the penetration to provide a tight seal between the tape and the membrane. D. "In Slab" Penetrations: 1. An "in slab" penetration is a penetration through the waterproofing system that is encapsulated in the concrete slab to be poured. Use the following two-step process to seal around "in slab" penetrations. a. Cut membrane tight to the penetration. If the membrane is not within 0.25- inch (6 mm) of the penetration, then install Pre-Pour Tape to cover the gap. b. Apply Liquid Membrane around the penetration to provide a tight seal between the tape and the membrane. Contract No. 3843 07136 - 10 Modified Bituminous Sheet Membrane Waterproofing E. Tie-Ins: 1. Modified Bituminous Pre-Pour HD Sheet Membrane Tie-In to Sheet Membrane Wall Waterproofing: a. Install Pre-Pour HD membrane over the mud slab and extend it up the vertical surface of the slab formwork. Terminate the membrane 12-inch (300 mm) above the elevation of the top of the structural floor slab or wall footing when it is poured. b. Once the slab or footing is poured and cured for 7 days, remove the forms and trim the excess membrane. c. Install the Sheet Membrane Waterproofing System on the wall according to standard application procedures. Overlap the Sheet Membrane at least 12-inch (300 mm) onto the Pre-Pour HD Membrane. d. Seal the membrane edge joints and terminations with Liquid Membrane. 2. Pre-Pour Membrane Repair: a. Inspect the membrane before placement of reinforcement steel, formwork and concrete. b. Repair damaged areas by applying Pre-Pour Tape over the damaged area and roll firmly. Remove the release liner. c. Cast concrete within 10 days of application of the membrane and within 2 days of removing the release liner. 3.12 PLACING STEEL AND CONCRETE A. When placing steel over pre-pour membrane, use concrete bar supports (dobies) or chairs with plastic tips or rolled feet to prevent damage from sharp edges. B. Have Sheet Membrane inspected by Sheet Membrane manufacturer's representative just prior to and during concrete placement. Make all required membrane repairs and then immediately place concrete. C. Place concrete carefully to avoid damage to the membrane. Avoid contact between concrete vibrators or other concrete consolidation devices and the Sheet Membrane. Never use a sharp or small diameter object to consolidate concrete. 3.13 BACKFILL A. Use extreme care during backfill operation to avoid damage to waterproofing system. Follow generally accepted practice for backfill and compaction. B. Add and compact backfill in 6-inch (152 mm) to 12-inch (305 mm) lifts. 3.14 CLEANING AND PROTECTION A. Remove any masking materials after installation. Clean any stains on materials, which would be exposed, in the completed work. B. Protect completed membrane waterproofing form subsequent construction activities as recommended by manufacturer. END OF SECTION Contract No. 3843 07136 -11 Modified Bituminous Sheet Membrane Waterproofing SECTION 07190 WATER REPELLENT SEALER PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. A clear water repellent sealer application to all exposed above grade exterior concrete, precast concrete, and concrete unit masonry surfaces of structures that enclose space for human occupancy or for machinery, equipment or storage. 1.02 SUBMITTALS i A. Submit in accordance with Section 2-5.3 Submittals. 1. Product Data: Fully describe all products proposed for use. Include Material Information Sheet for all products. 2. Manufacturer's five-year warranty for Water Repellent Sealer. 1.03 QUALITY ASSURANCE A. Qualifications: Apply water repellent sealer by a licensed Waterproofing Specialty Contractor (California License No. C61 Waterproofing and Sealant Work) exclusively engaged in applying waterproofing materials, sealers and sealants. B. Regulatory Requirements: Comply with Uniform Building Code (UBC), adopted edition. C. Trade Association Recommendations: 1. Comply with recommendations on waterproofing contained in the "Masonry Design Manual" published by the Masonry Industry Advancement Committee. 2. Comply with the Portland Cement Association recommendations for waterproofing architectural concrete. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver material in labeled unopened containers. B. Store all material on raised platforms protected from moisture and from contamination by dirt, mud or other foreign material. 1.05 COORDINATION A. Coordinate with other trades whose work may be damaged by sealer application. B. Protect glass and other finished surfaces with polyethylene sheeting taped in place. Contract No. 3843 07190-1 Water Repellent Sealer 1.06 SPECIAL GUARANTEE A. Apply sealer under the supervision of the sealer manufacturer's representative. B. Provide a signed five (5) year Special Guarantee in accordance with Section 01700, signed by the sealer manufacturer, applicator and Contractor against sealer's failure to prevent water intrusion through the treated masonry or concrete. PART 2 - PRODUCTS 2.01 SEALER A. Material: 1. Waterbased penetrating clear water repellent sealer for lightweight concrete block and architectural concrete. 2. Not less than 20% solids content. 3. Meet requirements of Air Quality Management District having jurisdiction. 4. Meet ASTM C67-78 and ASTM C14-75 submersion tests with a repellency rating of 96%. 5. Apply at the rate recommended by the manufacturer for the density, porosity and texture of concrete and/or concrete block used, 6. Manufacturer: Hydrozo No. 190; or equal Specifier knows of no equal. PART 3 - EXECUTION 3.01 APPLICATION OF CLEAR SEALER A. Apply sealer after concrete and masonry has cured at least 30 days, and after the concrete and the masonry has been cleaned. B. Prior to applying sealer clean down all masonry and architectural concrete by scrubbing with water and masonry or concrete cleaner and bristle brushes. C. Inspect surface for cracks. Rout out all cracks 5 mils and wider and fill with a high performance joint sealant having a 20-year life expectancy and recommended by the water repellent sealer manufacturer for use on substrates to be sealed with his sealer. Perform joint sealant work in accordance with manufacturer's recommendations. D. Spray-Apply Sealer: Use airless spray equipment with recirculating type pump and perforated T-bar applicator recommended by the sealer manufacturer. DO NOT USE pressure pot spray equipment. Operate at lowest possible pressures, 20 psi maximum. Do not allow fogging or bounce-off except on tension break coat. E. Protect surfaces, which are not to be coated. Cover all glass, anodized aluminum, rolldown doors, metal and wood doors, etc. with polyethylene sheeting; continuously seal all edges with tape. Contract No. 3843 07190 - 2 Water Repellent Sealer F. Apply sealer material in accordance with manufacturer's instructions. Apply enough sealer so the masonry surface appears uniformly wet, for each coat, for from two to five hours after application. 1. Rate of Application: Coverage as recommended by the manufacturer for porous concrete block but coverage shall not exceed 40 square feet per gallon for the first coat and 70 square feet per gallon for the second coat. 2. First Coat: Apply the first coat in two passes: the first pass, a light spray to break surface tension; the second pass, a full flood coat applied in an overlapping pattern producing a 12-inch rundown. 3. Second Coat: After 48 hours, apply a flood coat in an overlapping pattern producing a 12-inch rundown. END OF SECTION Contract No. 3843 07190 - 3 Water Repellent Sealer SECTION 16000 ELECTRICAL WORK PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all electrical materials and labor to satisfactorily complete all electrical work shown on the Drawings, specified, or neither shown nor specified but necessary for a complete and fully operating facility. B. Before submitting a bid, visit the project site. Make allowance in the bid for any special conditions affecting the cost of the proposed work. 1.02 QUALITY ASSURANCE A. Electrical equipment, materials, and installation methods shall conform to all applicable local and state codes as well as the editions of the following in effect on the date of issuance of the Contract Documents. 1. National Electrical Code (NEC) 2. National Electrical Safety Code (NESC) 3. Occupational Safety and Health Act (OSHA) Standards B. Equipment shall conform to the following applicable standards. The revisions of these standards in effect on the date of issuance of the Contract Documents shall apply to the extent referenced herein. 1. American National Standard Institute (ANSI) 2. Institute of Electrical and Electronics Engineers (IEEE) 3. National Electrical Manufacturers Association (NEMA) 4. Instrument Society of America (ISA) 5. National Fire Protection Association (NFPA). C. UL listing is required for all equipment and materials where such listing is offered by the Underwriters Laboratories. Safety labeling and listing by other organizations, such as ETL Testing Laboratories, may be substituted for UL labeling and listing if acceptable to the authority having code enforcement jurisdiction. D. Provide equipment with service entrance labels in those cases where the NEC requires such labels. E. Series short circuit ratings for protective devices are not allowed. 1.03 DRAWINGS A. The Electrical Drawings are diagrammatic; exact locations of products shall be determined in the field by the Engineer. B. Submit in writing to the Engineer details of any proposed changes in or departures from these contract documents along with the reasons for the change. Make no changes or departures without the prior written favorable review of the Engineer. Contract No. 3843 16000-1 Electrical Work C. Maintain a set of As-built Drawings which document all changes made. Upon completion of the work, transfer these changes to a clean set of full size Drawings with red ink to indicate additions and green ink to indicate deletions. Submit these full size Drawings to the Engineer. 1.04 SUBMITTALS A. Manufacturers' trade names and catalog numbers stated herein are intended to indicate the type and quality of equipment desired. Unless substitution is specifically forbidden, proposed alternates may be submitted for favorable review. Provide sufficient data to allow determination of compliance with these contract documents. List any proposed deviations from these contract documents. B. Submit a single, complete submittal package for all products on the following list. Submit in accordance with the Product Review category of the General Conditions. Submittal package shall be organized by equipment type. Include separators and tabs or other means of identifying each item. 1. Service Pedestal 2. Flowmeter (See Section 17000) 3. Level Switch (See Section 17000) 4. Pressure Transmitter (See Section 17000) 5. Remote Terminal Unit (See Section 17000) C. For the equipment listed in Paragraph B above and pursuant to the seismic anchorage requirements, submit a sketch or description of the anchorage system. D. Operation and Maintenance Manuals: Furnish Operation and Maintenance Manuals, including Instruction Manuals and Part Lists, for equipment provided under this Section. Obtain data from manufacturers, and format and bind as specified. Obtain distribution method instructions from the Owner or his representative. 1. Schedule: Deliver at least two (2) copies of manuals in 3-ring binders (8-1/2 by 11-inch format) not later than the equipment shipment date. 2. Contents: Include in manuals not less than the following information, as applicable, for each, instrument, equipment, subsystem and/or control loop: a. General, introduction and overall description, purpose, functions, simplified theory of operations, etc. b. Specifications (including equipment specification data sheet as described above under Shop Drawings), sufficiently detailed for reordering exact duplicates of the original items. c. Installation instructions, procedures, sequences, tolerances, and precautions. d. Operational procedures. e. Shutdown procedures. f. Maintenance, calibration, and repair instructions. g. Parts list and spare parts recommendations, h. As-built Drawings. i. Software programs (RTU Ladder Logic, BASIC, or Source Code). Contract No. 3843 16000-2 Electrical Work 3. Format: a. Use Drawings and pictorials to illustrate the text to the extent necessary to insure a clear, concise presentation. If manuals have been written to cover a family of similar instruments or equipment, strike out inapplicable information in a neat fashion or emphasize applicable portion by heavily weighted arrows, circles or boxes; whichever provides the clearest and neatest presentation. b. Group manuals by system control panels, including field instrumentation connected or associated with the panel. Where identical instruments are used in more than one control loop or subsystem, include only one instruction manual, per panel grouping; however, an index by tag number for all instruments shall identify its location in that manual. c. Provide control loop and/or subsystem operational descriptions to identify the function of each instrument and its relation to the other instruments in the loop. 4. Binding: Bind each manual in a cover which indicates the panel or process area to which it applies, manufacturer's name, local address and telephone number, and year of purchase. Punch and bind manuals in standard three ring binders and include system name and subcontractor's name on binding. F. As-Built Drawings: Submit a revised set of Contract Drawings that incorporates all change orders and modifications made during performance of the work. In addition to updated loop diagrams, interconnect diagrams and elementary diagrams, submit equipment and device wiring diagrams and other sketches as necessary to depict the "as-built" condition of equipment. 1.05 LOCATIONS A. Provide equipment, materials, and wiring methods suitable for the locations in which they are to be installed, as defined in Paragraph B herein. B. Definitions of Types of Locations: 1. Dry locations: All those indoor areas which do not fall within the definitions below for wet or damp locations and which are not otherwise designated on the Drawings. 2. Wet Locations: All locations exposed to the weather, either under a roof or not, unless otherwise designated on the Drawings. 3. Damp locations: All indoor spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank, unless otherwise designated on the Drawings. C. Unless specified otherwise in Part 2, provide enclosures as follows: 1. Dry Locations: NEMA12 2. Wet Locations: NEMA4or3R 3. Damp Locations: NEMA 12 Contract No. 3843 16000-3 Electrical Work 1.06 MATERIALS A. Provide all first quality, new materials, free from defects, and suitable for the intended use and space. Where two or more units of the same class of material are required, provide products of a single manufacturer. B. Unless otherwise indicated, provide materials and equipment that are the standard products of manufacturers regularly engaged in the production of such materials and equipment. Provide the manufacturer's latest standard design that conforms to these specifications. PART 2 - PRODUCTS 2.01 CONDUIT AND WIREWAYS (INCLUDING COUPLINGS, ELBOWS, AND NIPPLES) A. The minimum size conduit shall be 3/4-inch. B. Galvanized Rigid Steel (GRS) conduit shall be hot-dip galvanized after fabrication and shall conform to ANSI C80.1 and UL 6. C. PVC coated GRS shall conform to ANSI C80.1 and UL 6 and shall have a 40 mil thick PVC coating. D. Flexible conduit: Liquidtight with PVC jacket over galvanized flexible steel conduit. E. Rigid nonmetallic conduit: PVC Schedule 40, rated 90°C, conforming to UL 651. F. For GRS and PVC coated GRS conduit systems, provide threaded fittings; set- screw type and compression type are not acceptable. G. Bushings shall be insulated type. Bushings for GRS and PVC coated GRS conduit systems shall be insulated grounding type. 2.02 WIRE AND CABLE A. All low voltage conductors shall be copper, Type THWN. B. Cable manufacturer shall be Okonite; Cablec; or equal. C. Twisted Shielded Pairs (TSP) shall be UL listed Type PLTC cable with two #18 AWG copper conductors, 2-inch or shorter lay, and 100% foil shield. Insulation shall be rated 600 volts. Provide Alpha; Dekoron; or equal. D. Conductors for equipment grounding shall be stranded copper sized to meet the NEC. Conductors shall have green Type TW insulation. 2.03 OUTLET, JUNCTION, AND PULL BOXES A. In dry and damp locations, provide sheet metal units conforming to UL 50 with hot- dip galvanizing conforming to ASTM A123. B. In wet locations provide cast metal FS type units conforming to UL 514. Contract No. 3843 16000-4 Electrical Work 2.04 WIRING DEVICES A. Receptacles shall be 20 ampere, 125 volt conforming to NEMA 5-20. Color shall be brown in industrial areas and ivory or white in office and other areas. Devices shall have nylon composition face with a nylon or melamine body. Units shall comply with Federal Specification W-C-596 and UL 498. Weatherproof receptacles shall be mounted in a cast metal box with gasketed, weatherproof, cast metal cover plate and a separate cap over each opening. Each cap shall be provided with a spring hinged flap, stainless steel springs and rubber gaskets. B. Line voltage switches shall be rated 20 amperes at 120 Vac. Units shall be quiet operating type. Handle color shall be brown industrial areas. Units shall conform to Federal Specification W-S-896, UL 20, and NEMA WD1. C. Device plates shall be of the style and color to match the wiring devices. Plates shall conform to NEMA WD1, UL514, ANSI C73 and Federal Specification W-P- 4552. Plates and boxes on finished walls and in corrosive areas shall be nonmetallic or stainless steel. 2.05 SERVICE PEDESTAL A. General: Provide a free standing outdoor weatherproof service pedestal consisting of a utility meter, main circuit breaker, distribution breaker, telephone backboard and RTU equipment as shown on the drawings. B. Enclosure: Enclosure shall be constructed of 12-gage steel, factory assembled and tested for NEMA 3R rating. The enclosure shall have hinged doors with a window on one door to view utility metering. Provide wireways for utility and distribution circuits. The enclosure shall have a dry powder electrostatically applied coating baked at 380 deg F. The doors shall be lockable. C. Circuit breakers and RTU shall be as described herein and in Section 17000. D. The Contractor shall provide the application for service and pay for all fees and costs for installation of service pedestal and dedicated leased communication line. Coordinate with the Owner for additional requirements. D. Manufacturer: TESCO; or equal. 2.06 CIRCUIT BREAKERS A. Enclosed Circuit breakers shall be thermal magnetic molded case type. Unit shall be padlockable in either the OPEN or CLOSED position. Minimum interrupting capacity shall be 10,000 amperes RMS symmetrical. Units shall be Cutler-Hammer (Westinghouse) Series C; Square D Class 610 Series; or equal. B. Circuit breakers shall have indicating handles with ON, OFF, and TRIPPED indication. They shall have inverse-time-current characteristic action. All multiple- pole circuit breakers shall be designed so that an overload on one pole causes all poles to open. Circuit breakers shall meet NEMA AB-1. C. Provide protective devices and switches with engraved laminated black phenolic nameplates describing the function served. Contract No. 3843 16000-5 Electrical Work 2.07 UNDERGROUND ELECTRICAL WORK A. Materials: Conduits shall be as specified in Paragraph 2.01. B. Comply with the requirements of General Order 128 of the California PUC. C. Contractor to perform trenching, excavation, backfilling and compaction and will furnish and install all telephone conduits and substructures required. The Contractor is responsible for mandrelling all conduits and installing pull ropes. This will be done in accordance with AT&T and all SDG&E (Sempra) specifications as applicable. 2.08 GROUNDING A. Ground rods shall be copper-clad steel, not less than 3/4-inch diameter by 10-foot length. B. Buried conductors shall be medium-hard drawn bare copper; all other conductors shall be soft drawn copper. C. Exposed ground connections shall be high copper alloy bolted pressure types. Buried connections and connections in ground rod boxes shall be exothermic weld type. D. Ground rod boxes shall be 9-inch-diameter by 12-inch-deep precast concrete with hot-dip galvanized traffic covers embossed with the words "Ground Rod". Assembly shall be suitable for AASHTO HS20 loading. 2.09 LIGHTING A. Fixtures shall comply with UL 57 and be UL labeled for the location in which they are to be installed. B. Ballasts: Solid state electronic ballasts shall require 72 watts or less input with "E" rated 3,700 lumen lamps operated at 25,000 Hz. Unit shall have the following additional features: 1. Sound rating: "A" 2. Crest factor: 1.6 3. Ballast factor: 0.78 4. FCC certified and UL listed 5. Minimum lamp starting temperature: 50°F C. Type "E" fluorescent lamps: where 25,000 Hertz electronic ballasts are required, 32 watt Type T-8 lamps shall be used having a rated life of 15,000 hours, initial lumen output of 3,000 and a color temperature of 3,000°K. 2.10 CONTROL DEVICES A. Control (CR) and alarm (AR) relays shall be machine tool type with convertible NEMA A600 contacts. Cutler-Hammer (Westinghouse) Type AR Series; Square D Class 8501, Type R; or equal. B. Limit switch shall be provided to sense limiting position of equipment as shown on the Drawings. The limit switch shall be SPOT. The switch shall be rated for 5 amperes minimum at 120 Vac and shall be enclosed in a NEMA 4 housing. Provisions shall be made for a 1/2-inch electrical conduit connection. Mounting Contract No. 3843 16000-6 Electrical Work brackets shall be fabricated appropriate to the mechanical equipment being monitored. Switch shall Square D XCK-J; or equal. C. Time switch shall be for 120 volts, 60 Hertz and be equipped with reserve power springs for a 10-hour minimum carryover in the event of a power outage. Unit shall include a manual bypass switch. PART 3 - EXECUTION 3.01 GENERAL A. All work shall be performed by craftsmen skilled in their trade. All work shall present a neat, finished appearance. B. Install all equipment in strict accordance with the manufacturer's instructions unless directed otherwise by the Engineer. Wherever a conflict occurs between manufacturer's instructions, codes and regulations, or these contract documents, follow Engineer's decision at no additional cost to the Owner. Keep a copy of manufacturer's installation instructions on the job site available for review at all times. C. All indoor floor-mounted or freestanding electrical equipment shall be on 3-inch, reinforced concrete pads with nonshrink grout as required between concrete pad and equipment base. All equipment shall be level or plumb. D. Provide protection for materials and equipment and/or against loss or damage. Protect everything from the effects of weather. Prior to installation, store all items in indoor locations. In addition, items subject to corrosion under damp conditions, and items containing insulation such as transformers, motors and control, shall be stored in indoor, heated, dry locations. E. Following installation, protect materials and equipment from corrosion, physical damage, and the effects of moisture on insulation. Cap conduit runs during construction with manufactured seals. Keep openings in boxes or equipment closed during construction. F. Where existing equipment of any kind is removed or relocated, all exposed materials no longer needed, such as studs, straps, conduits, and wires, shall be removed. Where such equipment is removed from walls, floors, or other surfaces, the surface shall be repaired to conform to the finish of the surrounding surface in a neat and workmanlike manner by skilled craftsmen of the trades involved at no additional cost to the Owner. G. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval of Engineer, Carefully carry out any cutting, channeling or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. Following such work, restore surfaces neatly to original condition using skilled craftsmen of the trades involved at no addition cost to the Owner. H. Keep the premises free from accumulation of waste material or rubbish. Upon completion of work, remove materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touch up scratches, scrapes, or Contract No. 3843 16000-7 Electrical Work chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type, color, consistency, and type of surface of the original finish. Contract No. 3843 16000-8 Electrical Work 3.02 CONDUIT AND WIREWAY A. install conduit types in accordance with Conduit Use Tables: Conduit Use Table 1 Circuit Type Power & 120 Vac Contra! Signal Underground PVC-40 PVC-40 Transition PVC-Coated GRS PVC-Coated GRS In Vault [ GRS I GRS | Provide ground wire sized per NEC requirements for alt circuits. B. Signal circuits are those subject to radio-frequency interference or induced current. MSPs, TSPs, telephone cable, coaxial cable, and manufacturer's cabies specially designed for iow level signals are all presumed to be part of signal circuits. C. From pull-point to pull-point, the sum of the angles of all of the bends and offsets shali not exceed 270 degrees. D. Store rigid PVC conduit on a flat surface shielded from the sun. F. At all boxes and equipment, provide insulated type metallic grounding bushings for metallic conduits. Bond a!! conduits together to provide continuity of the equipment grounding system. Size bonding conductor per NEC. G. For connections to motors, transformers, valves, and any equipment subject to vibration or relative movement, provide flexible conduit in lengths of not less than 18 inches. Flexible conduit shall not be considered as a grounding conductor. Use flexible conduit only in exposed and accessible locations. H. Run all conduits exposed except in finished areas or as otherwise shown on the Drawings. Install all exposed conduits as unobtrusively as possible, avoiding windows, and run parallel to building lines. Install conduits so as not to interfere with the operation of valves or any other equipment, and keep at least 6 inches clear of any pipe or equipment which may operate at more than 100°F. I. Ream all GRS to remove burrs after cutting. J. Treat cut surfaces or damaged ends of all raceways with a corrosion-resistant coating such as Devcon Z, prepared by Subox Coatings; Galvanox Type I, prepared by Pedley-Knowles; or equal, following manufacturer's recommendations. K. Property support all conduits as required by the NEC. L. Slope all underground conduits to provide drainage to a pullbox. M. After completing an underground conduit run, prove the integrity of the run by pulling through it a mandrel 1/4-inch smaller than the inside diameter of the raceway. N. In each handhole, pullbox, cabinet, or other equipment enclosure identify each conduit using the conduit number shown on the Drawings by means of a stamped brass tag affixed with stainless steel wire; where affixing tag is not feasible, identify conduits by stenciling. Stencil each exposed conduit for identification at least once in each room. Contract No. 3843 16000-9 Electrical Work 3.03 WIRE AND CABLE A. For wire 600 volts or less, use type as follows: 1. Circuits for receptacles, switches, and light fixtures having screw-type terminals: solid copper sizes #12 and #10 AWG. 2. Circuits for motors, power feeders, and power branch circuits: stranded copper #12 AWG and larger. 3. Circuits for motor control: stranded copper #14 AWG and larger. 4. Connections to fixtures in which the temperature may exceed the rating of branch circuit conductors: fixture wire. B. Provide color coding as follows: 1. Neutral: white or gray 2. Grounding conductor: green 3. Isolated ground conductor: green with orange tracer 4. Ungrounded conductors: a. 208Y/120V, 3 Phase: red, black, and blue b. 480Y/277V, 3 Phase: yellow, brown, and black c. 120/240V, 1 Phase: red and black C. Pulling Wires and Cables. The raceway construction shall be complete and protected from the weather before the conductors are pulled into it. Swab conduits before installing conductors. Exercise care in pulling wires and cables into conduits or wireways so as to avoid kinking, putting undue stress, or otherwise abrading or damaging them. No grease will be permitted in pulling conductors. Use only soapstone, talc, or UL listed pulling compound. Do not exceed conductor/cable minimum bending radius. Install feeder cables in one continuous length without splices wherever possible. D. Provide an equipment grounding conductor, whether or not it is shown on the Drawings, in any flexible conduit or any raceway in which all or any portion of a run consists of non-metallic duct or conduit. For flexible conduit, an external bonding jumper is an acceptable alternative. E. In panels, bundle incoming wire and cables, #6 AWG and smaller, lace at intervals not greater than 6 inches, neatly spread into trees, and connect to their respective terminals. Allow sufficient slack for alterations in terminal connections. For lacing use plastic cable ties or linen lacing twine. Lacing is not necessary where conductors are properly installed in plastic panel wiring duct. For cables crossing hinges, utilize extra flexible stranded wire, make up into groups not exceeding 12, and arrange so that they will be protected from chafing when the hinged member is present. F. Splices in wire and cable rated 600 volts or less: 1. Solid conductors: Use insulated wire nuts. 2. Stranded conductors #14 through #8 AWG: Use crimp type connectors and insulating tape. 3. Stranded conductors, #6 AWG and larger: Use bolted pressure type connectors and insulating tape. 4. Splices in handholes: Use watertight epoxy resin splice kits. 5. Install all conductors without splices unless necessary as determined by the Engineer. All splices in pull boxes below grade shall be watertight. Contract No. 3843 16000-10 Electrical Work G. All cable must be kept dry and free of contaminants while storing, pulling and terminating. H. Terminate all low voltage stranded conductors using spade type terminals unless box lug terminals are on the equipment. I. Identify each wire or cable at each termination point using preprinted heat- shrinkable wire markers. J. Signal cable shall be installed by personnel who have had a minimum of 3 years experience in terminating and splicing twisted shielded conductors and co-axial cables. K. Adequate care shall be exercised by the installers to prevent cable damage or sheath distortion. Bending radius shall not be less than 10 times the cable O.D. L. Immediately after placement, the cable shall be tagged with permanent, properly encoded, heat shrinkable tags. M. Signal cable shielding shall be grounded at one end only of the cable. Bonding shall be to a single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. N. Heat shrinkable sleeving shall be installed on all cables to insulate shielding at the ungrounded cable terminations. O. Connectors and splices shall conform to Federal Specification W-S-610. P. Shielded cable carrying analog and digital signals shall be installed in GRS metallic conduit. Where installed in control consoles containing power circuits, maintain a minimum of 2-inch separation between power and control cables. Color coding shall be strictly observed throughout the installations. Q. Manufacturer's cable pulling tension shall not be exceeded. R. Each cable shall be tested for continuity and for freedom from shorts or grounds prior to connection to sensors, signal conditioners, or instruments. S. Analog signal loop resistance shall not exceed manufacturer's recommendations for the instruments served. 3.04 WIRING DEVICES A. Wiring Device Mounting: 1. Dry locations: Install device in flush mounted box with washers as required to bring device mounting strap even with finished wall surface. 2. Damp or wet locations: Install devices and enclosures suitable for these locations. Contract No. 3843 16000-11 Electrical Work 3.05 CIRCUIT BREAKERS AND SWITCHES A. Set all breaker trip settings per instructions. B. Perform circuit continuity tests with a low powered dc test source before energizing the protected equipment. C. Demonstrate that the protected circuit can be manually controlled by the installed equipment. 3.06 UNDERGROUND ELECTRIC WORK A. Underground conduit: 1. Thoroughly clean conduits before laying. During construction and after completion, plug conduit ends to prevent dirt and mud from entering the conduit. 3.07 GROUNDING A. Ground all equipment for which a ground connection is required per ANSI C1 whether not specifically shown on the Drawings. B. Bond metallic water pipe at its entrance into each building. Ground separately derived electrical system neutrals to the metallic water piping in addition to the system driven ground, per ANSI C1 requirements. C. Provide a ground wire in every conduit carrying a circuit of over 150 volts to ground. D. Make embedded or buried ground connections, taps and splices with exothermic welds. E. Effectively bond structural steel for buildings to the grounding system. F. Conduct ground resistance tests using a ground megohmmeter with a scale reading of 25 ohms maximum. Test methods shall conform to IEEE Standard 81 using the three electrode method. Conduct tests after a period of not less than 48 hours of dry weather. Furnish to the Engineer a test report with recorded data for each ground rod location. 3.08 LIGHTING A. Install luminaires in accordance with manufacturer's instructions, complete with lamps, ready for operation as indicated. Align, mount, and level the luminaires uniformly. Avoid interference with equipment. In case of conflict, change the location of the luminaire by the minimum distance necessary. All fixtures and luminaires shall be clean and lamps shall be new at the time of acceptance. B. Mount luminaires at the height shown on the Drawings. Mounting height is shown on the Drawings. Anchor luminaire supports to the structural slab or structural members as indicated. Surface mounted fixtures shall be rigidly bracketed from mounting surfaces. C. Mount fluorescent fixtures level and securely support from the ceiling. D. After installation of fixtures, operate and check circuits to ensure lamps are being operated per manufacturer's recommendations. Contract No. 3843 16000-12 Electrical Work 3.09 CONTROL DEVICES A. Where exposed to weather, provide each device with a weatherproof plastic cover. B. Provide an escutcheon plate for each pushbutton, selector switch and indicator light indicating its function. Provide a nameplate for each service or group of devices associated with a piece of mechanical equipment engraved with the name of that equipment. Securely attach each nameplate to the mounting surface with stainless steel screws. 3.12 FIELD TESTS A. Perform tests in accordance with applicable procedures as described in NETA Acceptance Testing Specifications. B. Give sufficient notice to the Engineer prior to any test to permit witnessing the test. C. Retesting will be required for all unsatisfactory tests after the equipment or system has been repaired. Retest all related equipment and systems if required by the Engineer. Repair and retest equipment and systems which have been satisfactorily tested but later fail, until satisfactory performance is obtained. D. Putting Equipment and Cables into Service: Submittal and favorable review of the specified factory and field tests shall occur before the Contractor is permitted to place the respective equipment or cable into service. E. Miscellaneous Tests: 1. Insulation Resistance, Continuity, Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment including all motors 1/2 horsepower. All testing shall be performed in the presence of the Engineer. Any system material or workmanship which is found defective on the basis of acceptance tests shall be reported directly to the Engineer. The Contractor shall maintain a written record of all tests and upon completion of project, assemble and certify a final test report. 2. Motor Current: Measure and record current in each phase for each new motor. Include measurement of the motor terminal voltages and motor currents when the motor is being operated at normal operating loads. 3. Operational Tests: Operationally test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full- time service. Demonstrate the proper functioning of circuits in all modes of operation, including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. END OF SECTION Contract No. 3843 16000-13 Electrical Work SECTION 09960 PROTECTIVE COATINGS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Steel vent pipe coating B. Related Sections: 1. None C. The Contractor is to base this bid on using the products specified. If the products specified are not available in formulations that meet applicable regulations on volatile organic compounds (VOC) levels at time of application, the Contractor is to submit for review products of equivalent quality and function that comply with regulations in effect at that time. A reasonable difference in cost of material between the first named items specified and the products that are required to meet regulations that change after the bid date and are in effect at the time of application may be approved for payment by Change Order. 1.02 REFERENCES A. Where standards of surface preparation are described by citing SSPC specification numbers reference is made to the "Steel Structures Painting Manual" Volume 2 published by the Steel Structures Painting Council. B. American Society of Testing and Materials (ASTM): 1. ASTM D4060 Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser 2. ASTM D2794 Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact) 3. ASTM D4541 Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers 4. ASTM F1249 Test Method for Water Vapor Transmission Rate Through Plastic Film and Sheeting Using a Modulated Infrared Sensor 1.03 DEFINITIONS A. Dry Film Thickness (DFT) - The prime coat and the sum of all fully cured applied coats for the paint system. B. Exterior Surface - Surface that is not inside a building or structure and is exposed to the weather. Epoxy surfaces that are affected by the ultraviolet rays from the sun shall be considered an exterior surface if the sun can shine on the surface. C. Stripe Coat - Coating applied to the edge, corner, welds or bolts, which is, applied prior to application of additional system coats. D. Submerged - Surfaces that are under water or the vertical extension of those walls that are partly under water during normal operating conditions. Contract No. 3843 09960-1 Protective Coatings 1.04 SUBMITTALS A. Submit in accordance with Supplemental Provisions. B. Prior to ordering material, submit a complete schedule of materials to be used. Include manufacturer's brand name, product name, and designation number for each coat of each system to be used. C. Prior to commencing work, submit a detailed list of all surfaces and equipment items upon which the Contractor intends to apply protective coatings. D. Provide the following information on each paint product: 1. Abrasion resistance, ASTM D4060,1 kg load at 1000 cycles, CS-17 wheel. 2. Impact resistance, ASTM D2794, direct and reverse. 3. Moisture vapor transmission, ASTM F1249. 4. Adhesion, ASTM D4541. E. If materials other than those listed are submitted, submit additional information to fully define the proposed substitution. The Engineer may further require the Contractor to furnish additional test results from an independent paint laboratory comparing the proposed substitution with one of the named products, at no additional cost to the Agency. For substituted materials, provide a list of references, including contact person and phone number, where proposed substitute paint system has been used in similar exposures. Provide a minimum of two references (no duplicate owners or agencies). F. Provide Material Safety Data Sheets (MSDSs) for all products. G. Manufacturer's Certification: That products furnished meet applicable Air Quality Management District regulations as to allowable volatile organic compound (VOC) content for the place of application and use intended. H. Submit a full range of the manufacturer's standard and let down finish colors for review and selection by the Engineer. After final colors have been selected, submit two 8-1/2- x 11-inch samples on cardboard of each color indexed as to manufacturer and color designation. Color chips 3/4-inch x 1-1/2-inch may be used for pipe color codes. I. Submit four pipe and equipment color code charts, 11 x 14 inches in size, with typed labels and using color chips. Upon favorable review, frame charts and mount under glass, suitable for hanging in work areas. Contract No. 3843 09960-2 Protective Coatings 1.05 QUALITY ASSURANCE A. Environmental Regulatory Requirements: 1. All work, material, procedures, and practices under this Section shall conform with requirements of the local Air Resources Board or Air Quality Management District having jurisdiction. Prime or finish coat painting done in locations other than the project site shall be in accordance with air quality regulations in effect at the place the coating is applied. Products specified herein are, to the best of the Design Engineer's knowledge, in compliance with the applicable volatile organic compounds (VOC)1 levels allowable at the date these Specifications were issued for bid. 2. The Air Resources Board or Air Quality Management District having jurisdiction may prohibit the sale or application of paints and enamels containing more than the stipulated percentages of volatile organic solvents manufactured after a stated date. Provide material meeting applicable regulations effective at the date of manufacture, or if not available, provide top of the line materials developed as replacements for specified materials and meeting applicable regulations as to VOC solvents content. 3. If the Contractor applies coatings that have been modified or thinned other than as recommended by manufacturer, he will be responsible for any fines, costs, remedies or legal actions that may result. 1.06 WARNINGS A. Be advised that application of paint, epoxy and protective coating materials may be hazardous. Take all necessary precautions to ensure the safety of workers and property. B. Be advised that as a part of this work abrasive blasting is required. This may require the use of special equipment. Become familiar with the existing site conditions and take all steps necessary to protect adjacent facilities and personnel, at no additional cost to the City. In addition, abrasive blasting and painting is called for in, on or around mechanical equipment, which may be damaged by grit, dust, or painting overspray. Mask, wrap, enclose and provide all protection required to safeguard this equipment at no additional cost to the City. C. Perform abrasive blasting activities in a manner that will not cause a nuisance to adjacent public and private property and equipment. 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver all coating materials in unopened containers with manufacturer's label, which must include name, batch number and date and VOC content. B. Store in an assigned area onsite with concurrence from the coating manufacturers. Maintain storage area clean and fire safe. Dispose of used rags, thinner and buckets daily. Store solvents in closed approved storage containers. C. Submerge solvent soaked rags in water. 1 Measured in grams per liter by weight of coating as applied, excluding water and color added to be base tint. Contract No. 3843 09960-3 Protective Coatings 1.08 PROJECT CONDITIONS A. Environmental Requirements: 1. Provide ambient temperatures recommended by manufacturer of material to be applied. 2. Provide adequate ventilation. 3. Provide 40- to 50-foot candles of illumination on all surfaces in areas to be painted including floors, walls and ceiling even though they do not require painting. 4. Use temporary dust barriers to close off areas being painted from areas where other work is being performed. 1.09 COLORS AND SAMPLES A. Before starting work, obtain favorably reviewed color schedule. B. Colors are to be factory mixed, using light-fast colorants proportioned by accurate measurement into proper type base. All coatings must be formulated to perform in the climate and environment to which they will be exposed. PART 2 - PRODUCTS 2.01 MATERIALS A. Paints used in each system to be the product of one manufacturer. B. Shop applied prime coats shall be compatible with the systems included in these specifications. C. Substituted coating systems shall be of the same generic type as those specified. D. Coating systems shall not contain lead. E. Abrasives shall not be classified a hazardous material under California Title 22. F. Materials: Paints and protective coatings listed in the Paint Systems and the Schedule in Part 3 of this Section refer to the following manufacturers and are specified as levels of quality. It is understood that the words "or equal" are included herein. Sherwin Williams (SW) Kop Coat (K) Tnemec Co. (T) Roto Metals (RG) Protecto Wrap (PW) Tapecoat (TC) Chemical Products Co. (ZRC) Ameron (A) Thermecoat-Welco (TW) CRC Industries (CRC) Contract No. 3843 09960-4 Protective Coatings 2.02 PAINT SYSTEMS System 1: General Ferrous Exposed to Atmosphere 1 st Coat - bare metal High Solids Epoxy High Solids Epoxy (A) Amerlock 400 (T) Series 135 (A) Amerlock 400 (T) Series 135 Finish Coat(s) Total DFT = 12 mils Final coat for exterior surfaces Aliphatic Polyurethane (A) Amercoat 450HS (T) Series 74 DFT = 2 mils additional System 2: Galvanized Metal Surface Repair (not used) System 3 A: Submerged Ferrous Metal (not used) System 3 B: Submerged Ferrous Metal (not used) System 4: Bleeding Surfaces: (not used) System 5: Prefinished Machinery Coating (not used) System 6: Galvanized Steel and Non-Ferrous Metals (not used) System 7: Miscellaneous Service Coating (not used) System 8: Buried Valves One full brush coat DFT = 20-30 mils System 9: Welded Steel Water Tanks (not used) System 10: Heat Resistant (not used) (PW) 160/160 H Mastic (TC) TC Masti Contract No. 3843 09960-5 Protective Coatings PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Perform surface preparation in accordance with Paragraph 3.02 below and the latest revision of the following requirements or manufacturer's requirements, whichever is more stringent: 1. Shop Prime: Shop prime all steel surfaces not subject to abrasive blasting. Clean surfaces in accordance with the Structural Steel Painting Council specifications SSPC-SP 2, "Hand Tool Cleaning," and SSPC-SP 3, "Power Tool Cleaning." 2. Brush Clean: Remove dirt, dust, loose rust and foreign matter in accordance with specification SSPC-SP 2, "Hand Tool Cleaning." 3. Solvent Clean: Solvent clean metallic surfaces to be painted to remove all oils or grease in accordance with specification SSPC-SP 1, "Solvent Cleaning." Use solvents recommended by manufacturer of paint to be used in each area. In addition, lightly hand sand copper piping. 4. Abrasive Blast: Conform to the requirements of SSPC-SP 10, "Near White Blast Cleaning." Paint all blasted surfaces within 8 hours of blasting unless the Engineer gives specific permission to do otherwise. Remove all weld spatter by grinding or chipping prior to sandblasting. 5. Commercial Blast Cleaning: Conform to the requirements of SSPC-SP 6 Paint all blasted surfaces within 8 hours of blasting unless the Engineer gives specific permission to do otherwise. Remove all weld spatter by grinding or chipping prior to cleaning. Contract No. 3843 09960-6 Protective Coatings 3.02 APPLICATION A. All steel coating application to be done in accordance with the latest revision of SSPC-PA: When successive coats of paint of the same colors are specified, tint alternate coats sufficiently to produce enough contrast to indicate complete coverage of the surface. B. Apply all material in strict accordance with manufacturer's instructions. Apply first coat immediately after surface preparation. Keep all paints at a consistency and applied in accordance with the printed directions of the manufacturer. The painting shall be done by hand, spray or roller as approved by the Engineer in conformance to individual paint manufacturer's recommendations. The Engineer and paint supplier will review all surfaces to be painted on the job prior to application of any coatings. Once the Contractor begins undercoating or priming, this will be his guarantee that the surface is acceptable to paint. All painted surfaces are to be free from drips, ridges and brush marks. The following stipulations also apply: 1. Thinning permitted only when recommended by the manufacturer and only with thinner recommended for use with the particular product. 2. The use of additives to improve working characteristics or to lengthen or shorten set time is prohibited. 3. Items difficult or impossible to paint after installation are to be painted before installation and touched up after installation. 4. Apply each coat to a uniform, even coating; lay material on in one direction and finish at right angles. Allow material to thoroughly dry between coats. Scuff, sand and remove all runs, sags, overspray, surface roughness and other defects between each coat. Dust and wipe surface clean before applying next coat. 5. Cutting in is to be sharp and straight, free from overlaps or fuzzy edges. Redo any imperfect work. 6. Apply not less than the number of coats or dry film thickness specified. Apply additional coats if required for uniform coverage, full hiding, and to achieve film continuity. Finished work to be uniform in color, full coverage, smooth and free of sags and brush marks. 7. Do not apply coating when temperature is below 55°F or when the temperature of the surface to be painted is less than 4°F over the dew point temperature. Perform coating operations only under favorable environmental conditions. Take all steps necessary to protect and completely cure the work. Correct defective work to the full satisfaction of the Engineer. 8. Apply the last finish coat on all work after all major construction is complete and the work areas have been cleaned up and are dust free. 3.03 PIPE AND EQUIPMENT IDENTIFICATION Not used Contract No. 3843 09960-7 Protective Coatings 3.04 FIELD QUALITY CONTROL A. Pinhole and Continuity Testing: 1. After the application of the prime and finish coats of Paint Systems 3 and 9 surface protective coating systems on metal surfaces, perform continuity and pinhole checking by means of a low voltage electrical resistance meter and check thickness with a magnetic thickness gauge to determine that pinhole free condition and specified film thickness of the paint system has been achieved over all of the painted surfaces. Repair all deficiencies in film integrity and thickness in accordance with the manufacturer's instructions. 2. The Engineer or an independent testing consultant may perform its own continuity and pinhole checking and thickness checks in addition to the Contractor's required tests. The appropriate equipment and necessary support, if requested, is to be provided by the Contractor. Repair any additional deficiencies in film integrity and thickness per the manufacturer's instructions and to the satisfaction of the Engineer. 3. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE FACT THAT PAST USE OF THIS INSTRUMENT HAS DEMONSTRATED THAT THE PAINTER MUST APPLY AT LEAST TWO AND USUALLY THREE OR MORE STRIPE COATS ALONG ALL EDGES AND ANGLES AND CREVICES FORMED BY JOINING MEMBERS IN ADDITION TO THE COATS SPECIFIED IN ORDER TO ACHIEVE A PINHOLE FREE SURFACE. B. Adhesion Testing: Where there is a question of paint or coating adhesion to surfaces, demonstrate to the Engineer's satisfaction that the coating adhesion to the area in question is equal to or greater than that which the paint manufacturer literature states may be achieved by his product. An "Elcometer Adhesion Tester" is to be used by the Contractor to accomplish this demonstration. C. Continuity, Pinhole and Adhesion Testing Support: Provide scaffolding, ladders, lighting and labor as required to facilitate the Engineer's check. Repair any areas damaged during and by the testing operation. 3.05 CLEANING AND COMPLETION A. At the completion of this portion of the work, remove all debris, remove all paint and stains from work for which paint finish is not intended, touchup all marred surfaces, and leave all buildings and structures in a clean condition, ready for use. B. Refinish all damaged or imperfect painting to the satisfaction of the Engineer prior to final acceptance of the facility. C. Finish work, except waterproofing mastics, is to present an even, pleasing and uniform color and appearance. Surfaces exhibiting coatings with shadows, streaks, overlap marks, sags, drips, roughness or non-uniform sheen will be considered as improperly applied and will not be considered acceptable. D. Leave all machinery nameplate data tags clean and readable and all grease fittings clean and usable. Contract No. 3843 09960-8 Protective Coatings 3.06 SPARE PAINT A. Furnish one-gallon (minimum) container of each type and color of finish product used. Label containers. Each product shall have a minimum of 11 months of shelf life at project completion. 3.07 APPLICATION SCHEDULE A. Provide coatings in accordance with the following exposure schedule: Exposure Surface Preparation Paint System Note (see below) General ferrous exposed to atmosphere Galvanized metal surface repair Submerged ferrous metal Bleeding surface Prefinished machinery coating Exposed galvanized steel, copper and other non- ferrous metals Vent pipes exposed at building roofs and metal mounted in contact with walls Buried valves, flanges, etc. Factory finish coated items not requiring field painting Welded Steel Water Tank Engine Exhaust Bare Metal: Sandblast Shop Primed: Hand Tool Cleaned Hand Tool Cleaning Abrasive Blast except Solvent Clean galvanized items Solvent Clean per paint manufacturer's recommendations Hand Tool Cleaning Solvent clean, lightly Hand Sand Hand Tool Cleaning 1 Solvent Clean and Hand Tool Cleaning Touchup Near White Blast Brush Clean 3A or 3B 8 9 10 5 6 10 11 END OF SECTION Contract No. 3843 09960-9 Protective Coatings SECTION 16000 ELECTRICAL WORK PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all electrical materials and labor to satisfactorily complete all electrical work shown on the Drawings, specified, or neither shown nor specified but necessary for a complete and fully operating facility. B. Before submitting a bid, visit the project site. Make allowance in the bid for any special conditions affecting the cost of the proposed work. 1.02 QUALITY ASSURANCE A. Electrical equipment, materials, and installation methods shall conform to all applicable local and state codes as well as the editions of the following in effect on the date of issuance of the Contract Documents. 1. National Electrical Code (NEC) 2. National Electrical Safety Code (NESC) 3. Occupational Safety and Health Act (OSHA) Standards B. Equipment shall conform to the following applicable standards. The revisions of these standards in effect on the date of issuance of the Contract Documents shall apply to the extent referenced herein. 1. American National Standard Institute (ANSI) 2. Institute of Electrical and Electronics Engineers (IEEE) 3. National Electrical Manufacturers Association (NEMA) 4. Instrument Society of America (ISA) 5. National Fire Protection Association (NFPA). C. UL listing is required for all equipment and materials where such listing is offered by the Underwriters Laboratories. Safety labeling and listing by other organizations, such as ETL Testing Laboratories, may be substituted for UL labeling and listing if acceptable to the authority having code enforcement jurisdiction. D. Provide equipment with service entrance labels in those cases where the NEC requires such labels. E. Series short circuit ratings for protective devices are not allowed. 1.03 DRAWINGS A. The Electrical Drawings are diagrammatic; exact locations of products shall be determined in the field by the Engineer. B. Submit in writing to the Engineer details of any proposed changes in or departures from these contract documents along with the reasons for the change. Make no changes or departures without the prior written favorable review of the Engineer. Contract No. 3843 16000-1 Electrical Work C. Maintain a set of As-built Drawings which document all changes made. Upon completion of the work, transfer these changes to a clean set of full size Drawings with red ink to indicate additions and green ink to indicate deletions. Submit these full size Drawings to the Engineer. 1.04 SUBMITTALS A. Manufacturers' trade names and catalog numbers stated herein are intended to indicate the type and quality of equipment desired. Unless substitution is specifically forbidden, proposed alternates may be submitted for favorable review. Provide sufficient data to allow determination of compliance with these contract documents. List any proposed deviations from these contract documents. B. Submit a single, complete submittal package for all products on the following list. Submit in accordance with the Product Review category of the General Conditions. Submittal package shall be organized by equipment type. Include separators and tabs or other means of identifying each item. 1. Service Pedestal 2. Flowmeter (See Section 17000) 3. Level Switch (See Section 17000) 4. Pressure Transmitter (See Section 17000) 5. Remote Terminal Unit (See Section 17000) C. For the equipment listed in Paragraph B above and pursuant to the seismic anchorage requirements, submit a sketch or description of the anchorage system. D. Operation and Maintenance Manuals: Furnish Operation and Maintenance Manuals, including Instruction Manuals and Part Lists, for equipment provided under this Section. Obtain data from manufacturers, and format and bind as specified. Obtain distribution method instructions from the Owner or his representative. 1. Schedule: Deliver at least two (2) copies of manuals in 3-ring binders (8-1/2 by 11-inch format) not later than the equipment shipment date. 2. Contents: Include in manuals not less than the following information, as applicable, for each instrument, equipment, subsystem and/or control loop: a. General, introduction and overall description, purpose, functions, simplified theory of operations, etc. b. Specifications (including equipment specification data sheet as described above under Shop Drawings), sufficiently detailed for reordering exact duplicates of the original items. c. Installation instructions, procedures, sequences, tolerances, and precautions. d. Operational procedures. e. Shutdown procedures. f. Maintenance, calibration, and repair instructions. g. Parts list and spare parts recommendations, h. As-built Drawings. i. Software programs (RTU Ladder Logic, BASIC, or Source Code). Contract No. 3843 16000-2 Electrical Work 3. Format: a. Use Drawings and pictorials to illustrate the text to the extent necessary to insure a clear, concise presentation. If manuals have been written to cover a family of similar instruments or equipment, strike out inapplicable information in a neat fashion or emphasize applicable portion by heavily weighted arrows, circles or boxes; whichever provides the clearest and neatest presentation. b. Group manuals by system control panels, including field instrumentation connected or associated with the panel. Where identical instruments are used in more than one control loop or subsystem, include only one instruction manual, per panel grouping; however, an index by tag number for all instruments shall identify its location in that manual. c. Provide control loop and/or subsystem operational descriptions to identify the function of each instrument and its relation to the other instruments in the loop. 4. Binding: Bind each manual in a cover which indicates the panel or process area to which it applies, manufacturer's name, local address and telephone number, and year of purchase. Punch and bind manuals in standard three ring binders and include system name and subcontractor's name on binding. F. As-Built Drawings: Submit a revised set of Contract Drawings that incorporates all change orders and modifications made during performance of the work. In addition to updated loop diagrams, interconnect diagrams and elementary diagrams, submit equipment and device wiring diagrams and other sketches as necessary to depict the "as-built" condition of equipment. 1.05 LOCATIONS A. Provide equipment, materials, and wiring methods suitable for the locations in which they are to be installed, as defined in Paragraph B herein. B. Definitions of Types of Locations: 1. Dry locations: All those indoor areas which do not fall within the definitions below for wet or damp locations and which are not otherwise designated on the Drawings. 2. Wet Locations: All locations exposed to the weather, either under a roof or not, unless otherwise designated on the Drawings. 3. Damp locations: All indoor spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank, unless otherwise designated on the Drawings. C. Unless specified otherwise in Part 2, provide enclosures as follows: 1. Dry Locations: NEMA12 2. Wet Locations: NEMA4or3R 3. Damp Locations: NEMA 12 Contract No. 3843 16000-3 Electrical Work 1.06 MATERIALS A. Provide all first quality, new materials, free from defects, and suitable for the intended use and space. Where two or more units of the same class of material are required, provide products of a single manufacturer. B. Unless otherwise indicated, provide materials and equipment that are the standard products of manufacturers regularly engaged in the production of such materials and equipment. Provide the manufacturer's latest standard design that conforms to these specifications. PART 2 - PRODUCTS 2.01 CONDUIT AND WIREWAYS (INCLUDING COUPLINGS, ELBOWS, AND NIPPLES) A. The minimum size conduit shall be 3/4-inch. B. Galvanized Rigid Steel (GRS) conduit shall be hot-dip galvanized after fabrication and shall conform to ANSI C80.1 and UL 6. C. PVC coated GRS shall conform to ANSI C80.1 and UL 6 and shall have a 40 mil thick PVC coating. D. Flexible conduit: Liquidtight with PVC jacket over galvanized flexible steel conduit. E. Rigid nonmetallic conduit: PVC Schedule 40, rated 90°C, conforming to UL 651. F. For GRS and PVC coated GRS conduit systems, provide threaded fittings; set- screw type and compression type are not acceptable. G. Bushings shall be insulated type. Bushings for GRS and PVC coated GRS conduit systems shall be insulated grounding type. 2.02 WIRE AND CABLE A. All low voltage conductors shall be copper, Type THWN. B. Cable manufacturer shall be Okonite; Cablec; or equal. C. Twisted Shielded Pairs (TSP) shall be UL listed Type PLTC cable with two #18 AWG copper conductors, 2-inch or shorter lay, and 100% foil shield. Insulation shall be rated 600 volts. Provide Alpha; Dekoron; or equal. D. Conductors for equipment grounding shall be stranded copper sized to meet the NEC. Conductors shall have green Type TW insulation. 2.03 OUTLET, JUNCTION, AND PULL BOXES A. In dry and damp locations, provide sheet metal units conforming to UL 50 with hot- dip galvanizing conforming to ASTM A123. B. In wet locations provide cast metal FS type units conforming to UL 514. Contract No. 3843 16000-4 Electrical Work 2.04 WIRING DEVICES A. Receptacles shall be 20 ampere, 125 volt conforming to NEMA 5-20. Color shall be brown in industrial areas and ivory or white in office and other areas. Devices shall have nylon composition face with a nylon or melamine body. Units shall comply with Federal Specification W-C-596 and UL 498. Weatherproof receptacles shall be mounted in a cast metal box with gasketed, weatherproof, cast metal cover plate and a separate cap over each opening. Each cap shall be provided with a spring hinged flap, stainless steel springs and rubber gaskets. B. Line voltage switches shall be rated 20 amperes at 120 Vac. Units shall be quiet operating type. Handle color shall be brown industrial areas. Units shall conform to Federal Specification W-S-896, UL 20, and NEMA WD1. C. Device plates shall be of the style and color to match the wiring devices. Plates shall conform to NEMAWD1, UL 514, ANSI C73 and Federal Specification W-P- 4552. Plates and boxes on finished walls and in corrosive areas shall be nonmetallic or stainless steel. 2.05 SERVICE PEDESTAL A. General: Provide a free standing outdoor weatherproof service pedestal consisting of a utility meter, main circuit breaker, distribution breaker, telephone backboard and RTU equipment as shown on the drawings. B. Enclosure: Enclosure shall be constructed of 12-gage steel, factory assembled and tested for NEMA 3R rating. The enclosure shall have hinged doors with a window on one door to view utility metering. Provide wireways for utility and distribution circuits. The enclosure shall have a dry powder electrostatically applied coating baked at 380 deg F. The doors shall be lockable. C. Circuit breakers and RTU shall be as described herein and in Section 17000. D. The Contractor shall provide the application for service and pay for all fees and costs for installation of service pedestal and dedicated leased communication line. Coordinate with the Owner for additional requirements. D. Manufacturer: TESCO; or equal. 2.06 CIRCUIT BREAKERS A. Enclosed Circuit breakers shall be thermal magnetic molded case type. Unit shall be padlockable in either the OPEN or CLOSED position. Minimum interrupting capacity shall be 10,000 amperes RMS symmetrical. Units shall be Cutler-Hammer (Westinghouse) Series C; Square D Class 610 Series; or equal. B. Circuit breakers shall have indicating handles with ON, OFF, and TRIPPED indication. They shall have inverse-time-current characteristic action. All multiple- pole circuit breakers shall be designed so that an overload on one pole causes all poles to open. Circuit breakers shall meet NEMA AB-1. C. Provide protective devices and switches with engraved laminated black phenolic nameplates describing the function served. Contract No. 3843 16000-5 Electrical Work 2.07 UNDERGROUND ELECTRICAL WORK A. Materials: Conduits shall be as specified in Paragraph 2.01. B. Comply with the requirements of General Order 128 of the California PUC. C. Contractor to perform trenching, excavation, backfilling and compaction and will furnish and install all telephone conduits and substructures required. The Contractor is responsible for mandrelling all conduits and installing pull ropes. This will be done in accordance with AT&T and all SDG&E (Sempra) specifications as applicable. 2.08 GROUNDING A. Ground rods shall be copper-clad steel, not less than 3/4-inch diameter by 10-foot length. B. Buried conductors shall be medium-hard drawn bare copper; all other conductors shall be soft drawn copper. C. Exposed ground connections shall be high copper alloy bolted pressure types. Buried connections and connections in ground rod boxes shall be exothermic weld type. D. Ground rod boxes shall be 9-inch-diameter by 12-inch-deep precast concrete with hot-dip galvanized traffic covers embossed with the words "Ground Rod". Assembly shall be suitable for AASHTO HS20 loading. 2.09 LIGHTING A. Fixtures shall comply with UL 57 and be UL labeled for the location in which they are to be installed. B. Ballasts: Solid state electronic ballasts shall require 72 watts or less input with "E" rated 3,700 lumen lamps operated at 25,000 Hz. Unit shall have the following additional features: 1. Sound rating: "A" 2. Crest factor: 1.6 3. Ballast factor: 0.78 4. FCC certified and UL listed 5. Minimum lamp starting temperature: SOT C. Type "E" fluorescent lamps: where 25,000 Hertz electronic ballasts are required, 32 watt Type T-8 lamps shall be used having a rated life of 15,000 hours, initial lumen output of 3,000 and a color temperature of 3,000°K. 2.10 CONTROL DEVICES A. Control (CR) and alarm (AR) relays shall be machine tool type with convertible NEMA A600 contacts. Cutler-Hammer (Westinghouse) Type AR Series; Square D Class 8501, Type R; or equal. B. Limit switch shall be provided to sense limiting position of equipment as shown on the Drawings. The limit switch shall be SPOT. The switch shall be rated for 5 amperes minimum at 120 Vac and shall be enclosed in a NEMA 4 housing. Provisions shall be made for a 1/2-inch electrical conduit connection. Mounting Contract No. 3843 16000-6 Electrical Work brackets shall be fabricated appropriate to the mechanical equipment being monitored. Switch shall Square D XCK-J; or equal. C. Time switch shall be for 120 volts, 60 Hertz and be equipped with reserve power springs for a 10-hour minimum carryover in the event of a power outage. Unit shall include a manual bypass switch. PART 3 - EXECUTION 3.01 GENERAL A. All work shall be performed by craftsmen skilled in their trade. All work shall present a neat, finished appearance. B. Install all equipment in strict accordance with the manufacturer's instructions unless directed otherwise by the Engineer. Wherever a conflict occurs between manufacturer's instructions, codes and regulations, or these contract documents, follow Engineer's decision at no additional cost to the Owner. Keep a copy of manufacturer's installation instructions on the job site available for review at all times. C. All indoor floor-mounted or freestanding electrical equipment shall be on 3-inch, reinforced concrete pads with nonshrink grout as required between concrete pad and equipment base. All equipment shall be level or plumb. D. Provide protection for materials and equipment and/or against loss or damage. Protect everything from the effects of weather. Prior to installation, store all items in indoor locations. In addition, items subject to corrosion under damp conditions, and items containing insulation such as transformers, motors and control, shall be stored in indoor, heated, dry locations. E. Following installation, protect materials and equipment from corrosion, physical damage, and the effects of moisture on insulation. Cap conduit runs during construction with manufactured seals. Keep openings in boxes or equipment closed during construction. F. Where existing equipment of any kind is removed or relocated, all exposed materials no longer needed, such as studs, straps, conduits, and wires, shall be removed. Where such equipment is removed from walls, floors, or other surfaces, the surface shall be repaired to conform to the finish of the surrounding surface in a neat and workmanlike manner by skilled craftsmen of the trades involved at no additional cost to the Owner. G. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval of Engineer, Carefully carry out any cutting, channeling or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. Following such work, restore surfaces neatly to original condition using skilled craftsmen of the trades involved at no addition cost to the Owner. H. Keep the premises free from accumulation of waste material or rubbish. Upon completion of work, remove materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touch up scratches, scrapes, or Contract No. 3843 16000-7 Electrical Work chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type, color, consistency, and type of surface of the original finish. Contract No. 3843 16000-8 Electrical Work 3.02 CONDUIT AND WIREWAY A. Install conduit types in accordance with Conduit Use Tables: Conduit Use Tab!e 1 Circuit Type Power & 120 Vac Control Signal Underground PVC-40 PVC-40 Transition PVC-Coated GRS PVC-Coated GRS In Vault GRS GRS Provide ground wire sized per NEC requirements for all circuits. B. Signal circuits are those subject to radio-frequency interference or induced current. MSPs, TSPs, telephone cable, coaxial cable, and manufacturer's cables specially designed for low level signals are all presumed to be part of signal circuits. C. From pull-point to pull-point, the sum of the angles of all of the bends and offsets shall not exceed 270 degrees. D. Store rigid PVC conduit on a flat surface shielded from the sun. F. At all boxes and equipment, provide insulated type metallic grounding bushings for metallic conduits. Bond ai! conduits together to provide continuity of the equipment grounding system. Size bonding conductor per NEC. G. For connections to motors, transformers, valves, and any equipment subject to vibration or relative movement, provide flexible conduit in lengths of not less than 18 inches. Flexible conduit shall not be considered as a grounding conductor. Use flexible conduit only in exposed and accessible locations. H. Run all conduits exposed except in finished areas or as otherwise shown on the Drawings. Install all exposed conduits as unobtrusively as possible, avoiding windows, and run parallel to building lines. Install conduits so as not to interfere with the operation of valves or any other equipment, and keep at least 6 inches clear of any pipe or equipment which may operate at more than 100°F. I. Ream all GRS to remove burrs after cutting. J. Treat cut surfaces or damaged ends of all raceways with a corrosion-resistant coating such as Devcon Z, prepared by Subox Coatings; Gaivanox Type I, prepared by Pedley-Knowtes; or equal, following manufacturer's recommendations. K. Properly support ail conduits as required by the NEC. L. Slope all underground conduits to provide drainage to a pulibox. M. After completing an underground conduit run, prove the integrity of the run by pulling through it a mandrel 1/4-inch smaller than the inside diameter of the raceway. N. In each handhote, pulibox, cabinet, or other equipment enclosure identify each conduit using the conduit number shown on the Drawings by means of a stamped brass tag affixed with stainless steel wire; where affixing tag is not feasible, identify conduits by stenciling. Stencil each exposed conduit for identification at least once in each room. Contract No. 3843 16000-9 Electrical Work 3.03 WIRE AND CABLE A. For wire 600 volts or less, use type as follows: 1. Circuits for receptacles, switches, and light fixtures having screw-type terminals: solid copper sizes #12 and #10 AWG. 2. Circuits for motors, power feeders, and power branch circuits: stranded copper #12 AWG and larger. 3. Circuits for motor control: stranded copper #14 AWG and larger. 4. Connections to fixtures in which the temperature may exceed the rating of branch circuit conductors: fixture wire. B. Provide color coding as follows: 1. Neutral: white or gray 2. Grounding conductor: green 3. Isolated ground conductor: green with orange tracer 4. Ungrounded conductors: a. 208Y/120V, 3 Phase: red, black, and blue b. 480Y/277V, 3 Phase: yellow, brown, and black c. 120/240V, 1 Phase: red and black C. Pulling Wires and Cables. The raceway construction shall be complete and protected from the weather before the conductors are pulled into it. Swab conduits before installing conductors. Exercise care in pulling wires and cables into conduits or wireways so as to avoid kinking, putting undue stress, or otherwise abrading or damaging them. No grease will be permitted in pulling conductors. Use only soapstone, talc, or UL listed pulling compound. Do not exceed conductor/cable minimum bending radius. Install feeder cables in one continuous length without splices wherever possible. D. Provide an equipment grounding conductor, whether or not it is shown on the Drawings, in any flexible conduit or any raceway in which all or any portion of a run consists of non-metallic duct or conduit. For flexible conduit, an external bonding jumper is an acceptable alternative. E. In panels, bundle incoming wire and cables, #6 AWG and smaller, lace at intervals not greater than 6 inches, neatly spread into trees, and connect to their respective terminals. Allow sufficient slack for alterations in terminal connections. For lacing use plastic cable ties or linen lacing twine. Lacing is not necessary where conductors are properly installed in plastic panel wiring duct. For cables crossing hinges, utilize extra flexible stranded wire, make up into groups not exceeding 12, and arrange so that they will be protected from chafing when the hinged member is present. F. Splices in wire and cable rated 600 volts or less: 1. Solid conductors: Use insulated wire nuts. 2. Stranded conductors #14 through #8 AWG: Use crimp type connectors and insulating tape. 3. Stranded conductors, #6 AWG and larger: Use bolted pressure type connectors and insulating tape. 4. Splices in handholes: Use watertight epoxy resin splice kits. 5. Install all conductors without splices unless necessary as determined by the Engineer. All splices in pull boxes below grade shall be watertight. Contract No. 3843 16000-10 Electrical Work G. All cable must be kept dry and free of contaminants while storing, pulling and terminating. H. Terminate all low voltage stranded conductors using spade type terminals unless box lug terminals are on the equipment. I. Identify each wire or cable at each termination point using preprinted heat- shrinkable wire markers. J. Signal cable shall be installed by personnel who have had a minimum of 3 years experience in terminating and splicing twisted shielded conductors and co-axial cables. K. Adequate care shall be exercised by the installers to prevent cable damage or sheath distortion. Bending radius shall not be less than 10 times the cable O.D. L. Immediately after placement, the cable shall be tagged with permanent, properly encoded, heat shrinkable tags. M. Signal cable shielding shall be grounded at one end only of the cable. Bonding shall be to a single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. N. Heat shrinkable sleeving shall be installed on all cables to insulate shielding at the ungrounded cable terminations. O. Connectors and splices shall conform to Federal Specification W-S-610. P. Shielded cable carrying analog and digital signals shall be installed in GRS metallic conduit. Where installed in control consoles containing power circuits, maintain a minimum of 2-inch separation between power and control cables. Color coding shall be strictly observed throughout the installations. Q. Manufacturer's cable pulling tension shall not be exceeded. R. Each cable shall be tested for continuity and for freedom from shorts or grounds prior to connection to sensors, signal conditioners, or instruments. S. Analog signal loop resistance shall not exceed manufacturer's recommendations for the instruments served. 3.04 WIRING DEVICES A. Wiring Device Mounting: 1. Dry locations: Install device in flush mounted box with washers as required to bring device mounting strap even with finished wall surface. 2 Damp or wet locations: Install devices and enclosures suitable for these locations. Contract No. 3843 16000-11 Electrical Work 3.05 CIRCUIT BREAKERS AND SWITCHES A. Set all breaker trip settings per instructions. B. Perform circuit continuity tests with a low powered dc test source before energizing the protected equipment. C. Demonstrate that the protected circuit can be manually controlled by the installed equipment. 3.06 UNDERGROUND ELECTRIC WORK A. Underground conduit: 1. Thoroughly clean conduits before laying. During construction and after completion, plug conduit ends to prevent dirt and mud from entering the conduit. 3.07 GROUNDING A. Ground all equipment for which a ground connection is required per ANSI C1 whether not specifically shown on the Drawings. B. Bond metallic water pipe at its entrance into each building. Ground separately derived electrical system neutrals to the metallic water piping in addition to the system driven ground, per ANSI C1 requirements. C. Provide a ground wire in every conduit carrying a circuit of over 150 volts to ground. D. Make embedded or buried ground connections, taps and splices with exothermic welds. E. Effectively bond structural steel for buildings to the grounding system. F. Conduct ground resistance tests using a ground megohmmeter with a scale reading of 25 ohms maximum. Test methods shall conform to IEEE Standard 81 using the three electrode method. Conduct tests after a period of not less than 48 hours of dry weather. Furnish to the Engineer a test report with recorded data for each ground rod location. 3.08 LIGHTING A. Install luminaires in accordance with manufacturer's instructions, complete with lamps, ready for operation as indicated. Align, mount, and level the luminaires uniformly. Avoid interference with equipment. In case of conflict, change the location of the luminaire by the minimum distance necessary. All fixtures and luminaires shall be clean and lamps shall be new at the time of acceptance. B. Mount luminaires at the height shown on the Drawings. Mounting height is shown on the Drawings. Anchor luminaire supports to the structural slab or structural members as indicated. Surface mounted fixtures shall be rigidly bracketed from mounting surfaces. C. Mount fluorescent fixtures level and securely support from the ceiling. D. After installation of fixtures, operate and check circuits to ensure lamps are being operated per manufacturer's recommendations. Contract No. 3843 16000-12 Electrical Work 3.09 CONTROL DEVICES A. Where exposed to weather, provide each device with a weatherproof plastic cover. B. Provide an escutcheon plate for each pushbutton, selector switch and indicator light indicating its function. Provide a nameplate for each service or group of devices associated with a piece of mechanical equipment engraved with the name of that equipment. Securely attach each nameplate to the mounting surface with stainless steel screws. 3.12 FIELD TESTS A. Perform tests in accordance with applicable procedures as described in NETA Acceptance Testing Specifications. B. Give sufficient notice to the Engineer prior to any test to permit witnessing the test. C. Retesting will be required for all unsatisfactory tests after the equipment or system has been repaired. Retest all related equipment and systems if required by the Engineer. Repair and retest equipment and systems which have been satisfactorily tested but later fail, until satisfactory performance is obtained. D. Putting Equipment and Cables into Service: Submittal and favorable review of the specified factory and field tests shall occur before the Contractor is permitted to place the respective equipment or cable into service. E. Miscellaneous Tests: 1. Insulation Resistance, Continuity, Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment including all motors 1/2 horsepower. All testing shall be performed in the presence of the Engineer. Any system material or workmanship which is found defective on the basis of acceptance tests shall be reported directly to the Engineer. The Contractor shall maintain a written record of all tests and upon completion of project, assemble and certify a final test report. 2. Motor Current: Measure and record current in each phase for each new motor. Include measurement of the motor terminal voltages and motor currents when the motor is being operated at normal operating loads. 3. Operational Tests: Operationally test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full- time service. Demonstrate the proper functioning of circuits in all modes of operation, including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. END OF SECTION Contract No. 3843 16000-13 Electrical Work SECTION 17000 INSTRUMENTATION AND CONTROLS, GENERAL REQUIREMENTS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Work Included: 1. Provide all tools, equipment, materials, and supplies and be responsible for all labor required to complete the installation, startup and operational testing of a complete and operable Instrumentation and Control (I&C) System. 2. Provide all the necessary equipment components and interconnections along with the services of manufacturers' engineering representatives necessary to ensure that the Owner receives a completely integrated and operational system as specified herein. 3. Provide all field instruments, control panels and control devices specified herein. 4. Provide all terminations for wiring at field-mounted instruments, equipment enclosures, alarms and status contacts. 5. Provide all Instrumentation and Control wire required for a fully functioning Instrumentation and Controls System. 1.02 REFERENCE STANDARDS A. American National Standard Institute (ANSI) Publications: 1. Y14.15a Drafting Practice 2. C62.1 Surge Arresters B. Instrumentation Society of America (ISA) Publications: 1. S5.4 Instrument Loop Diagrams 2. S20 Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves 1.03 QUALITY ASSURANCE A. Standard of Quality: The Contractor shall provide equipment of the types and sizes specified that have been demonstrated to operate successfully. Provide equipment that is new and of recent proven design. B. Compatibility: The supplier shall be responsible to see that all components of the instrumentation system, including equipment specified under other Divisions, are completely compatible and function properly as a system. Provide such additional equipment, accessories, etc., as are necessary to meet these objectives at no cost to the Owner. Contract No. 3843 17000-1 Instrumentation and Controls General Requirements 1.04 INSPECTIONS A. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. B. Inspection of the equipment at the factory by the Engineer will be made after the manufacturer has performed satisfactory checks, adjustments, tests and operations. Favorable review of the equipment and factory testing (see paragraph 3.05) at the factory only allows the manufacturer to ship the equipment to the project site. 1.05 SUBMITTALS A. Shop Drawings: Submit shop drawings for review in complete bound sets indexed by Specification number, with exterior tabs marked by subject. Submit manufacturer's catalog cuts for each item for which shop drawings are not required. Manufacturer's catalog cuts, specifications or data sheets shall be clearly marked to delineate the options or styles to be furnished. Show dimensions, physical configurations, methods of connecting instruments together, mounting details, and wiring schematics. Drawings shall be complete with device tag numbers, wire numbers and terminal board numbers. Submit fabrication details, nameplate legends, and control panel internal wiring and piping schematic drawings. Submit panel graphic drawings where applicable. Include material specification lists where applicable. B. Loop Diagrams: 1. Submit Instrument Loop Diagrams per ISA S5.4 to provide necessary detail for connection of analog instrument and control system components including those components specified in other sections of these Specifications. 2. Provide with the Instrumentation Diagrams all instrument model numbers, ranges, set points, sizes, process fluids, specification reference numbers, and all other information listed as "desirable and optional items of information" per ISA S5.4. C. Interconnection Diagrams: Submit point-to-point type interconnection diagrams conforming to ANSI Y14.15a; include each conduit run, with wirefill noted for each run. Include electric panel and circuit numbers for all sources of 120 Vac power. Show wiring interconnections between each control panel, instrument, RTU, valve actuator, and other field-mounted device. For the format of these diagrams, see below under As-Build Drawings. D. Operation and Maintenance Manuals: Furnish Operation and Maintenance Manuals, including Instruction Manuals and Part Lists in accordance with Section 01300. 1. Schedule: Deliver at least two (2) copies of manuals in 3-ring binders (8-1/2 by 11-inch format) not later than the equipment shipment date. 2. Contents: Include in manuals not less than the following information, as applicable, for each instrument, equipment, subsystem and/or control loop: a. General, introduction and overall description, purpose, functions, simplified theory of operations, etc. Contract No. 3843 17000-2 Instrumentation and Controls General Requirements b. Specifications (including equipment specification data sheet as described above under Shop Drawings), sufficiently detailed for reordering exact duplicates of the original items. c. Installation instructions, procedures, sequences, tolerances, and precautions. d. Operational procedures. e. Shutdown procedures. f. Maintenance, calibration, and repair instructions. g. Parts list and spare parts recommendations. h. Calibration curves, rating tables, and any other data showing the relationship of the variable inputs and the calibrated output of all measuring devices and controlled equipment. 3. Format: a. Use drawings and pictorials to illustrate the text to the extent necessary to insure a clear, concise presentation. If manuals have been written to cover a family of similar instruments or equipment, strike out inapplicable information in a neat fashion or emphasize applicable portion by heavily weighted arrows, circles or boxes; whichever provides the clearest and neatest presentation. b. Group manuals by system control panels, including field instrumentation connected or associated with the panel. Where identical instruments are used in more than one control loop or subsystem, include only one instruction manual, per panel grouping; however, an index by tag number for all instruments shall identify its location in that manual. c. Provide control loop and/or subsystem operational descriptions to identify the function of each instrument and its relation to the other instruments in the loop. 4. Binding: Bind each manual in a cover which indicates the panel or process area to which it applies, manufacturer's name, local address and telephone number, and year of purchase. Punch and bind manuals in standard three-ring binders and include system name and subcontractor's name on binding. E. Accessory and Maintenance Materials: Submit data for the following items: 1. Special Tools and Accessories: Special tools, instruments, and accessories for maintaining instruments and equipment requiring periodic repair and adjustment as specified elsewhere herein. Also, furnish special lifting and handling devices for equipment requiring such devices. 2. Maintenance Materials and Spare Parts: Submit a list of manufacturer recommended spare parts for each item specified. F. RTU Submittals: 1. Catalog cuts for the central processing unit, input modules, output modules, magnetic program storage device, interfacing equipment, power supply voltage regulation transformer, and power line surge protection device. 2. Heat load data for the power line voltage regulation transformer. 3. A layout drawing of the enclosure. 4. An "Input/Output Record Form," tabulating the module number, channel number, address number, input/output designation name and/or number, and a textual description for each item of input and output. 5. A "Constant Memory Assignment Record," tabulating the area (C), location number, and textual description for each variable stored in memory. 6. A "Variable Memory Assignment Record," tabulating the area (V), location number, and textual description for each variable stored in memory 7. A brief description on a page preceding the ladder diagram listings, describing all symbols and functions used on the succeeding diagrams. Contract No. 3843 17000-3 Instrumentation and Controls General Requirements 1.06 UL LABEL A. Enclosure shall bear the UL label. If required in order to be UL labeled, provide ground fault interrupters, isolation transformers, fuses, and any other necessary equipment even though such equipment is not called for on the Drawings. 1.07 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Box, crate, or otherwise enclose and protect instruments and equipment during shipment, handling, and storage. Keep all equipment dry and covered from exposure to weather, moisture, corrosive liquids and gases or any element that could degrade the equipment. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Notify the Engineer in writing in the event that any equipment or material is damaged. Obtain prior favorable review by the Engineer before making repairs to damaged products. PART 2 - PRODUCTS 2.01 MATERIALS AND STANDARD SPECIFICATIONS A. Provide instruments, equipment and materials suitable for service conditions and meeting standard specifications such as ANSI, ASTM, ISA, and SAMA. The intent of this Specification is to secure instruments and equipment of a uniform quality and manufacture throughout. All instruments of the same type shall be made by the same manufacturer. 2.02 NAMEPLATES A. For each piece of equipment, provide a manufacturer's nameplate showing his name, location, the pertinent ratings and the model designation. B. Identify each piece of equipment and related controls with a rigid laminated engraved phenolic nameplate. Engrave nameplates with the inscriptions indicated on the Drawings and, if not so indicated, with the equipment name. Securely fasten nameplates in place using two stainless steel screws with epoxy cement. Where no inscription is indicated on the Drawings, furnish nameplates with an appropriate inscription furnished by the Engineer after review of submittals. C. Each control device, including pushbuttons, control switches, and indicating lights, shall have an integral legend plate or nameplate indicating the device function. These shall be inscribed as indicated on the Drawings or as favorably reviewed by the Engineer. D. Provide CAUTION or SAFETY nameplates to alert operators of special conditions that may result in faulty equipment operations. Devices containing batteries that must be replaced periodically must be clearly identified. Nameplates are not required if the device senses and displays a low battery warning. Contract No. 3843 17000-4 Instrumentation and Controls General Requirements 2.03 NAME TAGS A. All instrumentation and equipment items or systems shall be identified by name tags. Field equipment shall be tagged with the assigned instrumentation tag number. B. Name tags shall be stainless steel with engraved or stamped black characters of 3/16-inch minimum height. Tags shall be attached to equipment with a tag holder and stainless steel band with a worm screw clamping device. Use 20-gauge stainless steel wire where banding is impractical. For field panels or large equipment cases use stainless steel screws; however, such permanent attachment shall not be on an ordinarily replaceable part. 2.04 ELECTRONIC EQUIPMENT A. If the equipment is electronic in nature, provide solid state equipment to the extent applicable. Select components of construction for their suitability and reliability. Employ adequate component derating to preclude failures because of transients and momentary overloads reasonably expected in normal operation. Design units for operation without forced cooling, unless such cooling is an integral part of the device. 2.05 EQUIPMENT OPERATING CONDITIONS A. All equipment shall be rated for normal operating performance with varying operating conditions over the following minimum ranges: 1. Electrical Power: 120 Vac ±10%, 60 Hz, unregulated. 2. Field Instruments: Indoor Unheated Areas: a. Ambient Temperature: +50°F to+140°F b. Ambient Relative Humidity: 10% to 90%, non-condensing 2.06 ANALOG SIGNAL INDICATED UNITS A. For all instruments with local or remote indicators, provide indicators scaled in actual engineering units, i.e., gallons per minute, feet, psi, etc., rather than 0 to 100%, unless noted otherwise on the Drawings. 2.07 SIGNAL TRANSMISSION A. Analog: Signal transmission between electric or electronic instruments shall be 4-20 mA and shall operate at 24 Vdc. Signal output from all transmitters and controllers shall be current regulated and shall not be affected by changes in load resistance within the unit's rating. Where practical, milliampere signals from the field shall be converted to a voltage signal at the external terminals of each panel, and all instruments within a panel shall be parallel wired. B. Discrete: All alarm and status signals shall be 120 Vac or 24 (ac or dc). Proprietary data highway or serial bit transmissions such as RS232C shall be allowed to the extent specified. Contract No. 3843 17000-5 Instrumentation and Controls General Requirements 2.08 RACK/ENCLOSURE BAY AC POWER SUPPLIES A. Provide each main rack and/or enclosure bay with a separate isolation transformer to prevent ground loops between the instrument and electrical power grounds. These transformers may be nonshielded control power type. 2.09 PAINTING A. Factory paint all instruments and equipment except where installed in pipelines. Paint as required for structural supports, brackets, etc. Feathering, priming and painting shall produce a reasonable match to the surrounding paint work. 2.10 FASTENERS A. Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. 2.11 TUBING, PIPE, FITTINGS AND SUPPORTS A. Copper Tubing: Soft-annealed copper tubing shall be %-inch O.D. x 0.030-inch wall, 3/8-inch O.D. x 0.032-inch wall, or Vi-inch O.D. x 0.032-inch wall as shown on the Drawings. Copper tubing shall be seamless copper, Type DHP, bright annealed after coiling, dehydrated and sealed in 50-foot aluminum. B. Stainless Steel: Stainless tubing shall be Type 304 seamless, cold drawn and annealed per ASTM A269. Sizes shall be 1/4-inch O.D. x 0.045-inch wall, 3/8-inch O.D. x 0.035-inch wall or Va-inch O.D. x 0.035-inch wall. C. Pneumatic Tubing: Pneumatic tubing for panel internals shall be 1/4 or 3/8-inch O.D. rigidwall, clear polyethylene, 250 psi rating. Tubing shall be supported in plastic duct or conduit where appropriate. D. Fittings: 1. Copper Tube: Solder joint fittings shall be seamless wrought copper per ASTM B75. Compression fittings shall be Brass equal to Imperial or Swagelok. 2. Stainless Steel Tube: Weld joint fittings shall be Type 304 stainless. Compression fittings shall be Type 316 stainless steel equal to Imperial or Swagelok. 3. Supports for Tubing: Supports located in areas exposed to the weather or corrosive atmosphere shall be Type 304 stainless steel Unistrut or equal or made of steel conforming to ASTM A276. Supports not exposed to the weather or corrosive atmosphere shall be carbon steel painted. 4. Pipe, Pipe Fittings and Valves: Main-line piping material and root valves for instrumentation shall be per manufacturers specifications. 5. Weld joint fittings shall be permitted for header and branch service only. Instrument and valve connections shall be compression-type only. Use unions on as necessary to simplify instrument removal. Contract No. 3843 17000-6 Instrumentation and Controls General Requirements 2.12 MAGNETIC FLOWMETER - INDUCTION TYPE (FIT-1) A. General: Magnetic meter shall utilize the principle of electromagnetic induction to produce an output proportional to the rate of fluid flow. A set of pulsed dc, electrically powered coils shall generate a magnetic field which in turn induces a voltage in the flowing fluid which is sensed by a pair of electrodes in contact with the fluid. 1. Protect coils from contact with the fluid. The electrodes shall be made of Type 316 stainless steel. The meter shall be housed in a NEMA4 enclosure. The metering tube shall be lined with hard rubber. Meter shall be resistant to electrode coating. The probe sensor shall be designed to be inserted in water pipes and shall not be affected by solids, air bubbles, oil or coating. The probe sensor wetted parts shall be of Type 316 stainless steel. 2. The meter shall be designed to operate from a 120 volt ac, 60 cycle, single phase power supply. A 10% variation in power line voltage or frequency shall not affect the meter output accuracy in excess of 1 % of full scale. 3. Provide magnetic flowmeter suitable for fluids with conductivities as low as 5.0 micromho/cm. 4. Each magnetic flow meter system shall have an accuracy within 1% of actual for flow velocities between 10% and 100% of full scale. Meters shall have a repeatability within 0.25% of full scale. 5. The magnetic flow meter shall be equipped with a signal converter to transmit an analog 4-20 mAdc signal proportional to flow rate. Output span and zero shall be manually adjustable. Provide span adjustment capable of producing 100% strength analog at flow rates that are 30% of maximum. Signal shall be linear with flow within the accuracy specified above. The converter shall be mounted remotely from the meter. Provide interconnecting cable between the meter and the converter. Converter shall be housed in a NEMA 4X, permanent submergence-proof enclosure and shall use HART digital communications protocol. 6. The signal converter shall have the capability of positive zero return for shutdown conditions. B. The magnetic flow meter shall have flanged end connections or as shown on the Drawings. Field coils shall be either completely encapsulated in the meter lining material or a protective shield shall be provided suitable for withstanding the scouring velocities of the process fluid at the maximum flow rates. C. Grounding: Provide a grounding circuit for the magnetic meter. Furnish and install grounding rings or a protective shield when the meter is installed in a nonconductive line or if required by the manufacturer. D. Settings: 1. Meter size: 16-inch 2. Calibration Range: 0-10,000 gpm E. Manufacturer: Meter and signal converter shall be Sparling Tigermag; Foxboro; or equal. F. Special Tools: Furnish special tools necessary for the replacement of parts and the adjustment of the equipment. Contract No. 3843 17000-7 Instrumentation and Controls General Requirements 2.13 LEVEL SWITCH - FLOAT TYPE, SUMP DUTY (LSH-1) A. General: Level switch shall use the movement of a float, the weight of whose moving parts is less than that of the displaced process liquid, to actuate switches as the level changes. The switch shall be integrally mounted within the float and connected to a terminal box by a waterproof electric cable. A movable weight shall be mounted on the cable to keep the cable immersed in the liquid. B. The switch operating levels shall be easily adjusted by moving the weight along the cable or altering the height of the cable fixing point. 1. The switch covering shall be made of indestructible polypropylene material. The cable shall be PVC coated. 2. The switch shall be reversible such that the switching action operates on rising or falling level. 3. The switch actuating points shall be as shown on the Drawings. 4. The float shall be rated for 150 psi (10.5 kg/cm2) pressure and 140°F (60°C) temperature. The float shall not" be greater than 7 inches (178mm) in diameter. 5. The switch shall be rated for 250 volts ac or dc and 5 amperes minimum, and shall be terminated with 14 AWG wires in a NEMA 4X terminal box. C. Manufacturer: Float type sump level switches shall be as manufactured by Flygt Corporation; Consolidated Electric Company; or equal. 2.14 PRESSURE TRANSMITTERS - ELECTRONIC A. General: 1. Electronic indicating-type pressure transmitters shall convert a gauge or absolute pressure measurement to a 4-20 mAdc linear electrical output signal capable of transmission into at least a 600 ohm maximum load at 24 Vdc or less. Signal and power transmission shall be provided on a single pair of wires. Operating ambient temperature limits shall be at least -40° to +82°C. 2. Range shall be as indicated on the Drawings. Overrange protection shall be at least 1-1/2 times span without degradation of accuracy. Reference accuracy shall be ±1/2 percent or better. B. Construction: 1. The transmitter enclosure shall be NEMA4X rated. The process connection for clean liquid service shall be 1/4-inch NPT. Enclosure and wetted surface material shall be corrosion resistant and suitable for the process fluid. 2. Transmitters shall be liquid-filled employing diaphragm where shown on the Drawings. Use optional remote seal with capillary length selected to suit installation needs, such as location, elevation, or orientation. Standard seal flange shall be a 3-inch 150-pound USAIS lap joint flange. A mating transmitter ANSI flange shall be provided with each transmitter. C. Manufacturers: Endress + Mauser PMC 133 to match Owner's standards. Contract No. 3843 17000-8 Instrumentation and Controls General Requirements 2.15 INSTRUMENT MANIFOLDS A. General: Test valve manifolds shall be used with all pressure transmitters installed in clean liquid (no entrained solids) service. Test manifolds shall be corrosion resistant with integral 2-valve assembly (block and bleed) for pressure transmitter installation. B. Mounting: Pipe mounting brackets shall be provided with each manifold. C. Manufacturer: Anderson-Greenwood Company, M Series, Hoke, or equal. 2.16 REMOTE TERMINAL UNIT A. General: Furnish, install, test, and place the RTU into satisfactory operation as required by the Drawings and Specifications. B. Manufacturer: Opto-22 Type SNAP-B3000 with SNAP I/O modules; no equal to match Owner's standards. C. Remote Terminal Unit: Provide each RTU with the following hardware. 1. Central Processing Unit: The Central Processing Unit (CPU) shall be powered by 5 Vdc supply, and shall have the following: a. Remote I/O connections to Opto-22 SNAP system. b. 8-slot I/O rack: SNAP B3000 BRAIN system. c. RTU software with extend math functions and on line/off line programming functions. d. Communications port for RS-232 and Ethernet communications. e. Battery-backed (10-year lithium) CMOS RAM f. Rack power supply: 5 Vdc, SNAP-PS5. 2. Power supply: 24-volt dc with on-off switch. SNAP-PS24 3. Input/output modules: Provide a 8-channel rack with interconnect port to connect to SNAP RTU. a. Analog inputs (Al) shall meet the following requirements: 1) 4 to 20 mAdc inputs, 250 ohm impedance maximum, 2 inputs per module. 2) Accuracy of ±0.05% of span. 3) Common Mode Rejection of 120 dB. 4) Provide SNAP-AIMA-I. b. Discrete inputs (Dl) shall meet the following requirements: 1) Unpowered contact inputs or power inputs at 120 Vac. 2) Input isolation shall meet or exceed IEEE-472. Relay isolation is unacceptable. 3) Discrete inputs shall be powered by the RTU by 120 Vac. Power supply shall be current limited to conform with NEC Class 2 remote control and signal wiring circuits. 4) Modules with 4 inputs with common ground terminals. Voltage input modules shall have their channels fully isolated. 5) Provide SNAP-IAC5. Contract No. 3843 17000-9 Instrumentation and Controls General Requirements c. Analog outputs (AO) shall meet the following requirements. 1) Output: 4-20 mAdc into a 0 to 500 ohm load; 2 isolated output configuration. 2) Isolation: From the multiplexer ground. 3) Accuracy: ±0.1% of span. 4) Provide SNAP-AOA-23. d. Provide spare inputs and outputs so that a minimum of 25% of each type is spare, functional, and installed in the mounting racks. Permanently label each input and output on each module by the tag number and description given in the Input/Output Schedule as shown on the Drawings. e. Provide at least two spare slots for future modifications/additions. 2. Cables: Provide a full complement of cables for connecting to the programming terminal and interface devices. 3. Interfacing Relays, Instruments, and Switches: Provide equipment as required for compliance with the functional requirements. a. For analog signals, provide relays and switches with gold flashed silver contacts. Provide analog loop isolators where required to eliminate "ground loops." 4. Power Line Voltage Regulation Transformer: Provide a UL recognized power line voltage regulation transformer to provide 115 Vac power for the RTU, in addition to any isolation transformer(s) required for UL labeling of the RTU enclosure. a. The voltage regulation transformer may be of any of the following types: 1) Saturated core transformer. 2). Ferroresonant transformer. 3) SCR (Silicon Controlled Rectifier) automatic tap-changing transformer. b. Provide voltage regulation such that the output voltage to the RTU is maintained at 115 Vac ±10 Vac for input voltages to the transformer varying from 85 to 130 Vac. c. Submit heat load data. d. If an automatic SCR tap-changing transformer is to be provided, submit data to demonstrate that electrical switching noise produced by the tap- changing circuitry will not adversely affect the performance of the RTU. 5. Power Line Surge Protection Device: Provide a UL listed power line surge protection device in the 115 Vac power supply lines for the RTU, to limit both steady-state and transient power line disturbances. Install the device between the power line and the voltage regulation transformer. a. Provide a surge protection device with the following specifications: 1) Maximum steady-state and transient voltage clamping at 140 Vac RMS (200 volt peak). 2) Voltage clamping energy dissipation at 50 joules (watt-seconds). 3) Transient impulse filtering of 5 dB at 100 kHz and 40 dB at 30 mHz. b. Provide a surge protection device with the following features as a minimum: 1) Fuse protection of the load if input surge exceeds the capacity of the surge protector. Provide externally mounted fuseholder. 2) Series inductor chokes rated for the full line current of the RTU. 6. Communication Interfaces: Equip the RTU with a serial modem interface for communication to the Owner's existing SCADA system. Contract No. 3843 17000-10 Instrumentation and Controls General Requirements D. RTU Programming: 1. RTU programming shall be by the Owner. The Contractor shall coordinate with the Owner and provide any technical information regarding the RTU, communication, arrangement and addressing. E. Spare Parts: Provide the following spare parts. 1. One input/output module for each type provided. 2. Power supply. F. Input/Output List: As shown on the Drawings. G. Control Strategy: See Appendix A of this section. PART 3 - EXECUTION 3.01 MOUNTINGS A. Equipment specified for field mounting shall be suitable for direct pipe mounting or surface mounting and non-inline indicators and equipment with calibration adjustments or requiring periodic inspection shall be mounted not lower than 3 feet nor higher than 5 feet above walkways, platforms, catwalks, and the like. B. Manufacturers of all process instrument panels and instruments shall certify that their equipment, when installed and anchored, will safely transfer seismic forces through the equipment to the anchorage without failure of equipment or components. C. Detail drawings shall be provided showing sway bracing design and anchorage requirements for their equipment. D. All devices shall be accessible to operators for servicing, operating, reading, etc. The Contractor shall provide platforms or remote meters and/or control switches to assure devices are accessible for operation. 3.02 PROCESS CONNECTIONS A. Provide instrument impulse piping, tubing, and capillary tubing to meet the intended process service and ambient environmental condition for corrosion resistance, etc. Slope lines according to service to promote self-draining or venting back to the process. Terminate connection to process lines or vessels in a service rated block valve, provided under other Divisions, that will permit closing off the impulse line or removal of the element without requiring shut down of the process. Include blow- down of drip legs and valves for terminations of impulse lines at the instruments. B. Process vessels, line penetrations, and root valves shall be furnished and installed under other Divisions of these Specifications. Instrument tubing manifolds and devices are installed as part of this Specification. Contract No. 3843 17000-11 Instrumentation and Controls General Requirements 3.03 ELECTROMAGNETIC INTERFERENCE (EMI) A. Construction shall proceed in a manner which minimizes the introduction of noise into the I&C System. B. Cross signal wires and wires carrying ac power or control signals at right angles. C. Separate signal wires from wires carrying ac power or switched ac/dc control signals within control panels, terminal cabinets, telemetry equipment, multiplexer cabinets, and data loggers as much as possible. Provide the following minimum separations within such equipment unless indicated otherwise on the Drawings: Power Wiring Capacity Separation (inches) 120 volts ac or 10 amps 12 240 volts ac or 50 amps 18 480 volts ac or 200 amps 24 3.04 GROUNDING A. Provide for single-point grounding system for instrument signals in all control panels. This system does not use building steel or conduit systems for its ground path. B. Ground all signal shields, signal grounds, and power supplies at the single-point ground termination in each control panel. The far ends of these signal cables must be disconnected (floated) from any ground to prevent ground loops. C. Provide for connecting each single-point ground with insulated copper wire of size 8 AWG or larger. 3.05 FACTORY TESTING OF CONTROL PANELS A. Verify, at the factory, wiring continuity and equipment/device/instrument operation by simulating inputs and outputs. Factory testing of panels shall be accomplished in accordance with an approved factory test procedure. Upon completion of factory testing, submit a report certifying that the control panels are operable and meet the specifications. 3.06 INSTRUMENT CALIBRATION A. Provide the services of factory trained instrumentation technicians, tools, and equipment to field calibrate each instrument to its specified accuracy in accordance with the manufacturer's specifications and instructions for calibration. Each instrument shall be calibrated at 0%, 25%, 50%, 75% and 100% of span using test instruments to simulate inputs and read outputs that are rated to an accuracy of at least 5 times greater than the specified accuracy of the instrument being calibrated. Such test instruments shall have accuracies traceable to the National Bureau of Standards, as applicable. Contract No. 3843 17000-12 Instrumentation and Controls General Requirements B. Submit a written report to the Engineer on each instrument certifying that it has been calibrated to its published specified accuracy. This report shall include a listing of the published specified accuracy, permissible tolerance at each point of calibration, calibration reading as finally adjusted within tolerances, defects noted, correction action required, and correction made. This report shall list instrument readings in actual engineering units such as gallons per minute, feet, psi, etc., rather than 0 to 100%. 3.07 SYSTEM VERIFICATION A. Provide the services of factory trained and field experienced instrumentation engineers to verify that each instrument is operational and performing its intended function within system tolerance. B. Cause malfunctions to sound alarms or switch to standby to check system operation. Check all systems thoroughly for correct operation. Test equipment for this function shall be as specified under "Instrument Calibration." C. Immediately correct all defects and malfunctions disclosed by tests. Use new parts and materials as required and approved and retest. Submit a report certifying completion of verification of each instrument system. This report shall indicate calculated system tolerances, verification that system meets these tolerances, and any provisional settings made to devices. This report shall list instrument readings in actual engineering units such as gallons per minute, feet, psi, etc., rather than 0 to 100 percent. 3.08 FINAL OPERATIONAL TESTING AND ACCEPTANCE A. Provide the services of a factory trained and field experienced instrumentation engineer to plant operational testing. The purpose of this testing is to support in making final adjustments of settings on the instrument systems in the presence of the Owner or designated representative to assure systems are ready for beneficial occupancy. B. Each test shall be witnessed, documented, and signed off upon completion by the Engineer. Notify the Engineer in writing a minimum of 48 hours prior to the proposed date for commencing the test. 3.09 INSTRUCTION OF OWNER'S PERSONNEL A. Provide the services of a factory trained and field experienced instrumentation engineer to conduct group training of Owner's designated personnel in the operation of each instrument system. This training shall be for the time period of 2 working days and shall be performed during the operational testing period. Include instruction covering basic system theory, operating principles and adjustment, routine maintenance and repair, and "hand on" operation. The text for this training shall be the Operation and Maintenance Manuals furnished under these Specifications. END OF SECTION Contract No. 3843 17000-13 Instrumentation and Controls General Requirements SECTION 17000 ATTACHMENT A RTU CONTROL STRATEGIES CONTROL STRATEGY 1 TITLE: Motorized Valve Control RELATED EQUIPMENT: FCV-1, FIT-1 A. General: This control strategy interface logic with the motorized valve and magnetic flowmeter in the new flow control/pressure reducing station. All RTU programming shall be by the Owner. Control strategies are included for information only. B. Automatic Valve Interface: 1. The interface includes controlling and monitoring motorized valve FCV-1. The RTU shall activate the discrete output when the equipment is in the "AUTO" mode only. When the equipment is put in "MAN" mode, the RTU shall de-activate the discrete output. The motorized valve includes a network card that allows the valve to communicate with the RTU over a data line. All required data, commands and status signals shall be implemented over the data line. 2. The motorized valve is used for modulating service. a. RTU shall monitor "READY" status of valve for automatic control. b. To open or close the valve, the RTU shall issue a command to valve controls. c. The RTU shall monitor the valve positions for "OPEN" (ZSO-1) and "CLOSED" (ZSC-1). d. The RTU shall monitor the valve status after an "OPEN" or "CLOSE" command. If the valve does not achieve the required status after an adjustable delay 0-60 seconds, issue a valve "FAIL". e. For each valve, set points for valve controls such as deadbands and selected data shall be available. F. Flow Control Loop (FC-1) Description: 1. A feedback loop using PID (Proportional Integral and Derivative) shall be implemented in the RTU with displays of various signals on a loop view template including settings of tuning parameters. Loop shall include a bumpless transfer feature from Auto to Manual. The loop view shall include: a. Process variable indicator in engineering units. b. Set point indicator. c. Set point selection: local/remote. d. Output signal: 0-100%. e. Manual/Auto selection: This allows a manual control of output signal. f. PI&D tuning monitoring and setting. 2. The flow set point (FK-1) to the flow control loop (FC-1) is received from an operator input. The process variable (FI-1) is the signal from magnetic flowmeter FIT-1. FC-1 modulates FCV-1 to maintain the flow set point. Contract No. 3843 17300A-1 Programmable Logic Controller CONTROL STRATEGY 2 TITLE: Alarms RELATED EQUIPMENT: All A. General: This strategy describes the monitoring and display of alarm conditions. B. Description: 1. Alarms shall be discrete input alarms. Whenever a discrete input alarm is detected, the RTU shall annunciate an alarm after an adjustable delay 0-5 seconds. 2. Alarms shall include the following: a. Vault Intrusion, ZS-1 b. Cabinet Loss of Power, YA-1 c. Valve Fully Open, ZSO-1 d. Valve Fully Closed, ZSC-1 Contract No. 3843 17300A-2 Programmable Logic Controller APPENDIX "A" DOOR HANGER City of Carlsbad - Contract Nos. 3843, 3920, & 3920-A APPENDIX "A" CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from 7:OOA.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. APPENDIX "B" SDG&E SPECIFICATIONS City of Carlsbad Contract No. 38431 WANTED DATE Sempra Energy utility- ELECTRIC METER & SERVICE LOCATION QfuNC T.B. . Q OVERHEAD lNDERGROUND-S SEO . LJJT MEET REQ'D Q^COM.VTL D RESIDENTIAL NAME 6ITV OP PROJECT NO.JOB NO. ADDRESS £"7SL? EL POWER SOURCE S-^fc-87 CONTACT 1-O-P PHONE # "7(oD-t,07_-— Z-TSL MORATORIUM EFFECT - AGENCY TYPE DATE CRITICAL - PENDING STREET RESURFACING YEAR TCP REQ'D ED ST EXC & PERMES REQ'D D CUST D SDG&E I I 2u. SERVICE ATTACHMENT POINT AND/OR METER LOCATION:Tt>,CAttOt4lT~/OOA Tb ow iv.etcj& fzeioui./»MST w^-m meretf.ftJ AT - fll-TZ+Zsna*.f APPI irATOiw RFonp^r.ALL NOTE: INSPEC REQ'D PRIOR TO SET*BOTATT GENERAL CUSTOMER INFORMATION Meter Height - 4'0" min. - 6'3" max. from finish grade to center line of meter base. Meters are required to be readily accessible 24 hours per day. Meters must be located in a safe area free of any potentially hazardous or dangerous condition. Provide 3ft.X3ft.minimum clear and level working space in front of mater. Where meter room is proposed, contact the Planner at the nearest SDG&E office. Meter bases and meter service disconnects must be located at or immediately adjacent to each other and be identified with address and unit number it serves. POLE # LADDER ARMS REQ'D D EXISTING D STOP TRENCH Dl" Ow FROM POLE RISER QUAD . OVERHEAD SERVICES UNDERGROUND SERVICE ntesduB DAPPUCABLE BfJOT APPLICABLE 3&? afjt??L^?^3 working days prior to trenching to arrange PROCEDURE FOR INSTALLATION 1. PayallmorwKduB D APPLICABLE 2. Phone SDGI with Inspector and initiate trenching process. 3. PHONEDK3ALERT1-800-Z27-2600ATLEASTTWODAYSPRIORTOTRENCH- ING FOR LOCATION OF UNDERGROUND UTILITES. 4. Excavate trench, install conduit and service entrance equipment at meter location. CALL ABOVE PHONE * FOR INSPECTION. Do not cover conduit without inspector's written approval to backfill 5. Call inspector when trench is backfilled and compacted for inspection. If service entrance equipment is installed after backfill, CALL ABOVE PHONE # FOR INSPECTION OF THE EQUIPMENT. 6. Meter will be set after inspector has approved installation, including service equipment, and receipt of city/county/stale* inspection clearance. ADD'L INFORMATION: (Detach before completing this section.) JT TRENCH DGAS DTELCO DCATV SEC HEIGHT SIZE. CABLE POLE BEND BY D CUST D SDG&E 90' _RADIUS SCH 80 SIZE . HANDHOLE BY D CUSTOMER CONDUIT BY BtxiSTOMER G SDG&E SK£ %"/'f jCDfl ^ TRENCH INSPECTED & APPROVED BY DATE PAYMENT BY CUST: CBL PL $EXCESS S "©MISC S -&~~ WIRE PHASE VOLTAGE .METER CLIPS PLANNER / PMA MAIM SWITCH '2OOA METERING: DOT'S D^SELF-CONTAINED 1*4 AX. BfEST BY PASS FACILITIES REQ'D UTILITIES MAXIMUM CONTRIBUTION TO FAULT CURRENT^**/^°° AMPS STBVE CAffiP&ELL TELEPHONE DATE if SDG&E encounters hazardous or toxic material white performing construction of yourproject, SDG&E will halt work immediately and it wili be your responsibility to remove and/or clean up all hazardous or toxic material prior to SDG&E continuing construction. SDG&E shall have no liability or obligation whatsoever to clean up, remove ot remediate any hazardous or toxic materials discovered during the course of construction unless it is through negligence of SDG&E. Customer-owned facilities to receive electrical service are subject to all applicable local and state of California inspection authority requirements. Building address and/or meter base must be posted prior to meter set. Information on this sheet is void after 6 months from date. Keep this notice withbuilding permit. COMMERCIAL METER PEDESTALS SERVICE 0-200 AMPS (FOR ALTERNATE TO PEDESTALS, SEE NOTE 11) Hinge Demand Reset Cover with Polycarbonate Viewing Window ^^^^^m^^ | 10" 10" .I •x- for utility H-X-XV.:.:.:.V.:.:.V.;.:. :-xservice may bevXvXv •x-front, back or--.-.-...-.-.-. Sside of a meter^Xv •x- pedestal, •.•.•.•.•.•.•.•.-.•.•.•/.v.-.v.v.v. :•/: dep end in g .v—.-.-.-.v.-.-.-.-.-.-.-.-.-.- x-. on the-x-HvXvX->x-XvX-x->x-x - i \ , „__ | V~H Pi o"|\4=4= 1 1 R" '/s\ V- \ U 1 S/^ £ " 1ne-nu u D . A 36"H-V2— MIN: — T Enclosing • - Cover r See Note 4 ^ cMeter Section Barrier To 36" MIN Extend To 75" MAX Edge Of TestBlock Barrier Customer > Section 0_t 4. h\Vx'^\Xx"nG. iv^Vv^V| FRONT VIEW (SINGLE) 48" MIN 44" MIN —110 1/2" |—- ^ M^. fc> Customer flj Section L-f Metallic Barrier See Note 6 11" MIN. 12" MAX•_j Woi ^|-fac j I 3 ^ LOAD 1 ' 1 r ss "-i*.,$•i •4- -1-// f\ ^. LINE! L. •king space from e of panel req'd. , Meter Socket Test Bypass ~ Support ^—6" MAX Landing Lugs And Factory Installed See Note 2- — — v— i1 \Pull section » and cover 35" MIN. See Notes working |) 1 and 2 space req'd S 17" MIN. ' I ^\x^nG 2XV^\X I SIDE VIEW (TYPICAL") Hinged Cover 1 , /y- . • •__ • with Attached ' \ i--^ — 3/4"MIN Sides. See Note -for fixed top anc ' sides ~-^ Hinged Demand Reset Cover ""^ Handle ) 4 3" » 2"MIN 5"MAX UT TAB 1 III1 .... ! : : A\H. T" \ 1 1 H-~ -r 17"MIN I \ L-w-J. " \ FIG. 4 LITY TERMINATION SECTION LE 1 - MIN. DIMENSIONS SERVICE W 1 PHASE 10-1/2" 3PHASE 12-1/2" 1^ x\x ^\V ^ ^ FIG 3 M * x\x * N ^\' x'^ 11 , x See page 692.1 for Notes and FRONT VIEW (DUAL! See ^e 692.2 FoundatiOn Details REVISION DATE 3-6-03 APF^t/i2££ y('| Indicates Latest Revision Completely Revised New Page |Information Removed SDG&E SERVICE STANDARDS & GUIDE ELECTRIC SERVICE AND METERING EQUIPMENT 692 COMMERCIAL METER PEDESTALS COMMERCIAL METER PEDESTALS SERVICE 0-200 AMPS 1. Utility Termination section shall be dimensioned as shown in Figure 4. These dimensions are the minimum access openings allowed for these types of termination sections. The depth of the wireway shall accept a minimum 3 inch conduit, and the cover shall be equipped with a lifting handle. 2. Service conductors are to terminate on landing lugs. The Service Termination lugs shall be #6 through 250KCMIL pressure-type, CU-AL listed. Insulated cable or buss shall be installed between the landing lugs and the test— bypass facilities. 3. Pedestals serving both metered and unmetered loads, i.e. traffic signals and street lighting, must have landing lugs, with customer wire from lugs to bypasses (metered load) and from lugs to breakers (unmetered loads). 4. ?the meter shall be enclosed and the enclosing cover shall: x'x^MxWxM^Ms :::Be hinged to allow the top, front, and sides to rotate back exposing the>S xmetering compartment in order to provide clearances. :x:x^x:x5x:x^x^^^ 5. Internal equipment attached to the outer walls of the enclosure shall be secured in place with devices that may not be loosened from the outside. Screws or bolts requiring special tools for installation or removal are not acceptable. 6. A protective metallic barrier (16 gauge minimum) shall be installed between the utility termination section and the customer distribution section. There shall be a 1/4 minimum clearance between the customer section and protective barrier to prevent screws and bolts from protruding into the termination section. 7. Test— bypass blocks with rigid insulating barrier shall be furnished, installed and wired or bussed to the meter socket by the manufacturer. Connection sequence is LINE— LOAD from left to right. Each line and load position shall be clearly identified by 3/4" minimum block letter labeling. Test— bypass cover panels shall be scalable and fitted with a lifting handle. All panels exceeding 16 inches in width shall require two lifting handles. 8. All utility compartment (meter cover, demand reset cover, and pull section) shall be scalable and padlockable. 9. For identification puipq$)^.....j^g....p.j^^ig...v.p.o^ion of the address must be painted with weatherproof pain^OeftgsSxl.vJf£9lll°n tne exterior face of the portion of the pedestal facing the~'§tMM"W"WTv¥'a15tg""surface in numbers at least 1 inch high. 10. Plastic Pads are acceptable, provided the supporting pull box is filled with gravel or earth compacted to 90% minimum. For other structural mounting and support of the pedestal consult SDG&E. 1 1.S Residential type pedestals are not acceptable for temporary construction power for ^commercial/industrial premises. To serve commercial temporary power, a meter x^x Spedestal with test— bypasses, or a properly mounted safety socket can is required.' ^Reference pages 614.1, Figure 1. 12. Photoelectric cells are not permitted in the utility area, (pull section/meter section) 13. S'SDG&E will no longer supply 2w, 120 volt service or metering to pedestals.^vXvXv'i; ::::Single phase service will be three wire regardless of the voltage.WH^HM^SMM. ?:i.e. 120/208, 120/240, or 240/480 Volts. Reference page 692.3 and 692.4 for: xfield replacement of existing 120-volt meter pedestal.~iMMMMMMMtMMM£MM+ 692.1 •)>£ Indicates Latest Revision SDG&E Completely Revised SERVICE STANDARDS & New Page GUIDE X Information Removed ELECTRIC SERVICE AND METERING EQUIPMENT REVISION DATE 3-14-03 APg^t/££& METER PEDESTAL FOUNDATION DETAILS 10" 10"10" T -~\ fi"t~~ Customer Section FIGURE 1 PEDESTAL ON SLAB FRONT VIEW Meter Height Requirements 48" min. exposed 36" min. enclosed 6' —3" maximum 12" min Grade Level L Concrete Slab ONE SACK SLURRY CONCRETE PRE-CAST" BASE CONCRETE ^" Customer Section FIGURE 3 PEDESTAL ON PRE-CAST BASE FRONT VIEW Meter Height Requirements 48' min. exposed 36" min. enclosed 6'—3" maximum BASE BRACKET Grade Level ^ Maximum depth of 10" 24" min 10" 4"t- '•I E5)C2" Customer Section FIGURE 2 PEDESTAL ON FOUNDATION FRONT VIEW Meter Height Requirements 48" min. exposed 36" min. enclosed 6'—3" maximum r 2"Grade Level Concrete Footing FIGURE 4 PEDESTAL ON PAD WITH PLASTIC SUPPORT BOX (PEDESTAL NOT SHOWN) FIBER GLASS REINFORCED POLYMAR (FRP) PADS 17-13/16" Compacted dirt to top of the plastic support box. STRUCTURAL PLASTIC SUPPORT BOX UNDER FRP PADS •)<(•. Indicates Latest Revision Completely Revised New Page Information Removed REVISION DATE 12-14-02 SDG&E SERVICE STANDARDS & GUIDE ELECTRI.C...,SERV1CE...AND....MEIER.IN.G,..EQU1PMENT METER PEDESTAL FOUNDATIONS 692.2 APPENDIX "C" AT&T SPECIFICATIONS (FORMERLY SBC) City of Carlsbad Contract No. 38431 AT&T 4220 Arizona Street, Room 200 San Diego, CA 92104 February 2, 2006 City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Attn: Sherri Howard The attached are SBC/AT&T specifications for providing service to your project number: C.I.P. 3843 installing a Flow Control Valve at station 15+83.36. Please call me if you have any questions. Thank you, Mary Ward Manager-OSP Engineer AT&T 619/574-2066 Trenching 1. Minimum clearance must be 12" from all trench occupants except CATV (C.P.U.C. Order 128), unless there is a prior signed agreement with SBC. 2. Bends, sweeps or grade changes that have a radius of 80' or less or a grade change of 20% or more must be encased in 2500 psi concrete. 3. Minimum trench cover must meet the governing agency requirement and Cat P.U.C. GO 128. 4. All trench backfill material must be minimum Class B and compacted in accordance with governing agency specifications. Cover conduit with 12" of fine soil (import) before tamping. 5. Stake property corner for SBC tie-in from the dedicated street or • casement. . hi/A TELCO (SBC) ONLY TRENCH FINAL GRADE © T12" SAND SAND (TYPICAL) JOINT TRENCH FINAL GRADE 12"SAND 3" SAND (TYPICAL) © 2005 SBC Communications inc. Conduit Conduit placed for SBC must be for its exclusive use. SBC will not occupy the same conduit with other utilities or foreign cable/communication systems. SBC may refuse to occupy conduit that deviates from our plans and specifications. SBC will specify the number and size of conduits for your project. The developer is responsible for repairing or resolving any problems with the conduit they have installed that prevents SBC from pulling its cable through the conduit using normal installation methods. All conduit sections must be rodded, cleared, and roped prior to SBC pulling in cable. Mandrelling of conduit may be required. Material Requirements ^Four inch (4") conduit must be type PTS 77 (C plastic) 40. lum sweep for 4" conduit is thpee^S) ft 90 degree radiu! Maximum oHwo(2) 90degree bends Three-eighth inchira^fminimum polypropylene pull line or equivale^Hfrength^RoJyester Woven Mule Tape must be ipskftied in terminatecTconduit end to end. Leave^dminimum of 3' of secured rojte-in each box. must be one continuous length for edeh^section and to the terminal room in the building (no tying splicing of rope). 2. Two inch (2") conduit must be type PTS 66/DB 120 rigid plastic or Schedule 40. • Minimum sweep for 2" conduit is two (2) ft 90 degree radius. • Maximum of two (2) 90 degree bends • Three-sixteenth inch (3/16") or larger, polypropylene pull line or equivalent strength Polyester Woven Mule Tape must be installed in terminated conduit end to end. • Leave a minimum of 3' of secured rope in each box. Ropes must be one continuous length for each section and to the terminal room in the building (no tying or splicing of rope). 3. Rigid plastic or steel conduit must be used in floor slabs. 4. Condulets, plumber's fittings, water and gas pipes are not acceptable. 5. Aerial installations require a 2" steel conduit and approved weather head fitting. Sec diagrams on pages 13 and 14. Installation Requirements 1. Minimum trench coverage is detailed on page 6. 2. Service conduit (2" or 4") must be terminated above distribution conduits (4") in the box to prevent water flowing from the box and down service conduit toward the building. Boxes must be ordered with the appropriate number of knockouts or terminators to accommodate the conduits. 3. Wall to wall measurements of terminated conduit between boxes and to the terminal room in the building is required (use Logan's line, Tru Tape®, mule or steel tape). Lengths must be included in the "As-Builts" and a copy provided to SBC prior to installation of SBC's cable. • 4. Conduit in multiple duct designs must bo installed using SBC • 'approved spacers. . M/A 5. Concrete encase (2500 psi) all bends with less than 80' radius. 6. A maximum of two (2) 90 degree bends per section may be installed unless otherwise approved by SBC. Pull boxes may be required. Straight 20' lengths may be used on 90 degree bends with a radius greater than 40'. Factory bends are required for all other bends. 7. Underground entrance conduit in a building must terminate 2" above the floor. The terminal room should be planned so that SBC's entrance cable WILL NOT EXCEED 50' beyond the point where it enters the building. 8. Rope all conduits (see material requirements on page 7). Use a temporary universal plug to keep conduit free of debris. Cap all stubbed conduit. © 2005 SBC Communications inc. 7 Service Cabinets, Bonding and Grounding All service cabinet, bonding, and grounding requirements must meet the National Electrical Code. The list of requirements below provides the minimum specifications accepted by SBC. • 20 Gauge Steel Weatherproof Listed Cabinet. The cabinet must be listed by a Nationally Recognized Testing Laboratory, such as UL, and must meet the following UL 50 Standard for Safety Criteria: Number 3 R for Exterior Use Protection Against Corrosion Overlap Requirements • Cabinet size specified by SBC Engineer • Equipped With 3A" Plywood Backboard • Allow 3' Minimum Clearance In Front Of Cabinet Grounding Options For SBC Facilities Are Listed In Order of SBC Preference: 1. #6 copper ground wire to Electrical Power Service Grounding Electrode, Service Grounding Electrode Conductor or Service Panel 2. #6 copper ground wire to a Concrete-Encased Electrode meeting the requirements of the NEC (UFER Ground) 3. #6 copper ground wire to a Ground Ring meeting the requirements of the NEC or to the metal frame of the building which is effectively grounded. 4. If the building does not have a grounding electrode means, connect a #6 copper ground wire to a driven ground rod that is a minimum of 12.7 mm (0.50 in) in diameter and 1.5m (5 ft) long. The rod must be installed at least 1' to 2' from the outside wall and a minimum of 6' from power or lightening ground rods. See Service Cabinet Diagram on Page 11 © 2Q05 SBC Communications inc. 10 LISTED 20 WEATHERPROOF CABINET CABINET SIZE n 54" Max. 38" Win. JL Ground NUMBER AND SIZE OF CONDUITS WILL BE SPECIFIED BY SBC** 2" SCHEDULE 40 - MIN. RADIUS BEND 24" 4" SCHEDULE 40 - MIN. RADIUS BEND 36" *CABINET SIZE H= W= i = Number NOTE: Grounding source options are Electrical Power Service Grounding Electrode, Service Grounding Electrode Conductor or Service Panel, UFER, ground ring, or driven ground rod. See Details on page 10. APPENDIX "D" TESTHOLE DATA City of Carlsbad Contract No. 38431 OF TESTHOLE DATA TEST HOLES Job*WEATHER COUGAR t>R!V£ SuneyMaikSeta •harness __£__ ii Pipe Size and Type Purtkmof PipeEKpobmi Hole Width ^ h* It W /fa in*o i \ L Ppe Depth * jfcL-Jn AppranmatePlan Elevatian U < haf Profile View (NotToSctk) Did USA mark utiSty? Was marioout location Ifnotcfistanceinerrar Yes Yes D NO NO Wo Backflted Material: Clay H Sand El Cobble D Rock Clay 0 Sand H CobbteQ Rock Was ufflty shown on plan? Was a tracer wire found? Was original bacfcfl used? D Slurry D shiny depth . D Slurry Q shmy depth . D D Yes Yes D No B Ho H No REMARKS THREE f>OTHft.ES WERE E/C/X/ATEto Ta I8CATE TH/S OF TVtfQ VALVE CjPtAlS WAS THE SUCCESSFUL POTHOLE. THE. INCHES SnOTH OF THE EASTElLK TWO HOLS.S STWCK. A roAfERETE SLAB pL^/>K/A/ff THE. TP/AJT OF TUO PIPELINES INTn ONE. TH/J To THE PO/UT f)F THE. PROPOSED CONNECT/ON TO TUB A/£W PIPS. ALIGNMENT- Ci.OS£ Start Time End Time />/»» Foreman Py>1 Final Patch STEPHru Date Supervisor TESTHOLE DATA 2_ Job* DWG NO . PERMFTNO. u Sldlion SuvcyMartcSeta Pavement Thickness _/2_ •> 3asB"TlMcluie&s /6 in ApprawnatePtan EtevaBon Portion of Pipe Exposed fid < haf Profile View (NotToSctle) Did USA marie utfity? Was martout location If not, cfctancG in MTOT Excavated Material: Yes A//4 No No Clay D Sand 0 Cobbled Clay LJ Sand 0 Cobble Q Rock Was ufity shown on plan? Was a tracer w*e found? Was origral backH used? Slurry D slurry depth . Stony D sfunydepOi . 0 Yes D Yes D Yes D No H No El No REMARKS T/V£ POTHOLE EXCfu/Ar£i>5 SOUTH OF THE. E-VI cewne/?i./A/£ ,OF THE. ^0" ELBOU) OH ~TH£ 2.4 MCM PtfE. THE.PIPE UJflS W/tAPPEb MlTH A POLY SHEATH. Start Time End Time /0'30 Aft /.'55 AM Fmal Patch Date Foreman STEPHEN Tueritje Supavtsor s/titQf RECORD OF ^""^TsiiwiMBpiW^^ <$? Job* & \ \ \\ Appeal Station Survey Mark Set a 1.5 t 3aaamaflThMAngsi& o in Base Thickness _JL_ n fa" SrEet. HP FUEL co Art Pipe Size and Type . Portion of Pipe Exposed fun har Did USA mark ufflty? H If not distance ti error Excavated Material: Clay ft • 111 CTlill Ml t Ja.-J- t^lf^LfDacKnKu Mannar, uay '•• \ >au ; , ^ 1^•0 J- , 1 ! 1! -P i r | ; j^ : onset _ _ TT"*miTMrff •• - .TESTHOLE DATA ^TC^ fc^oi nwoNO * PERMIT NO '2.0//5 WEATHER N vv\>\\ \xf\\ ''An \\N^L^"^C • \\1! AV\ \ h: A-\\ • ' ~ ^COUGAR DRIVE.i 1 i J; \j\fi~^ Approximate Plan Elevation HoteWhtti J L. P%K Depth "" •<?-*' "* y*t10 in .&2__jn gn ^-~*z —~*o Profile View (Not To Sale) Yes D No Yes D No H Sand B Cob D Sand Qi Cob Was utity shown on plan? B Yes D No Was a tracer wire found? O Yes B No Was original backH used? n YK B "» MeH Rock P Slurry PI slurry &f*h ibleQ Rode Q Skny [] slurry depth REMARKS THIS IX" HOLE MAS C0J?E/» ANb VAC.0U/H £XCA\SAT£l> TB A DEfTtt OF 25*' THE F>6THOL£ LOC/IT~1QM 1/fAS t)l££t•TLV r5V£ft TW£ f £/UT£JS.LIiU^ d>P TH£ PIPE.. hUIUN& THE. CjOUffE. OF EJCCAVAT7OA/ THE COATMfc UJAS D/)fn£r^E.I> AiJb WAS REPAIRED vJirttM R- «;£££ BY Alfbt. THE. PROFILE. 0/6 ffrftfW A bEJTH 6/lEAT££ THAU 4 Peer WH/LE TOE ACTUAL &&PTH Mas 25 /HCMES. Start Time /2-i30 PM EndTmne I'.^O ?f\ Foreman Final Patch SY£PH6ftf TWTiMS- Date Supervisor RECORD OF TESTHOLE DATA XOLOII5. TEST HOLE* DATE DUG — DWG NO _ PERMIT NO _ WEATHER DKIVE Suvey Mark Set e__L£_Jtolfcet [NchnesB in •ess in TEEL COATED FUEL Ppe Size and Type -~__^___ Portion of Pipe Exposed HoteWioln in -*C-^}v— ^ i \ <. Pipe Depth 37,5 nr Appraoonute Plan Etevabon U < haf Profile View Did USA mark uttty? Was marloout location orect? If not, cfatance in error \& Yes H Yes D Ha D No Baddfcd MatenuL Was uHRy shown on pbn? Was a tracer wire found? Was original backH used? day H Sand H Cobble D Rock D Slurry D skmy depth . Oay El Sand 0 CobbteQ Rock Q Slurry Q stuny depth . El Yes D Yes D Yes D Ho H No B NO REMARKS TM/S A/OLE CHI$£L£I>WHS b/RECTLY THE CE*tT£Jt.LtN£ Start Tune End Time 12.: 15 Final Patch Dale Foreman Tt/ET/N/ff Supervisor Phone: 858-792-2479 Fax: 858-792-2417 Cell: 760-419-2183 REPORT FOR Kennedy Jenks Consultants 16855 W Bernardo Drive Suite 360 San Diego, CA 92127 PROJECT 24 inch Water Main Improvements - Phase II City of Carlsbad, California Dated 4-25-07 TABLE OF CONTENTS 1. DESCRIPTION OF POTHOLE PROCEDURES 2. SITE SPECIFIC DETAILS 3. SUPPORTING PHOTOGRAPHS 4. COMMENTS 5. SPREADSHEET OF POTHOLE DATA 6. POTHOLE SITE PLAN PREPARED BY AIRX UTILITY SURVEYORS 2262 CARMEL VALLEY ROAD SUITE H SAN DIEGO, CA 92024 DESCRIPTION OF POTHOLE PROCEDURES AIRX Utility Surveyors performs a full range of services including Utility Locating, Vacuum Excavation to identify the depth and alignment of existing utilities, Video Inspection services and Subsidence Monitoring. When employed Utility Locating establishes an alignment beneath which the desired utility has been traced. To convey this information to crews that follow mark outs are done using paint, nails or feathers with appropriate annotation. On hard pavement AIRX uses white paint to identify the intended utility while utility locators use paint of the appropriate color for that utility. On unpaved surfaces spikes with pink feathers identify the alignment or pothole locations. Vacuum excavation entails the use of a vacuum truck as a mode of extraction coeval with high-pressure air or water as the mode of excavation. A hole is first cored or chiseled through the pavement 12 to 18 inches in diameter through which the vacuum hose and high pressure hose is inserted. Holes in substrate materials such as sand excavate quickly while those in cobble require considerable time. AIRX offers Video Inspection services for sewer, storm drain and water services but on occasion video has been used in potholing to identify facilities located under encasements or old buried paved surfaces. Video Inspection is done with the use of our rubber tire, tracked and hand-held push cameras. Video is captured by both electronic and VHS methods. With all of the above methods for locating buried utilities the method for annotating that information on the surface is the same. The facility is traced on the surface and two nails or feathers are placed an offset distance apart. This distance is noted on the middle left side of the sheet. Its significance is two fold: First, it approximates the alignment of the centerline of the pipeline or encasement; and second, it defines the point of depth measurement at the midpoint between the nails or feathers. The depth measurement is rounded to the nearest 1/2 inch with a tolerance of+/- 1A inch. Surveyors can measure the coordinates of both points to gain an approximation of the alignment and take the depth measure at the midpoint. Where requested, convenient or appropriate depth measurements may be taken from a remote point, hub or surface, such as a valve can lid or curb. If that is done a note will appear on the data sheet showing the location of the hub and the distance. Potholes may be slightly offset from the alignment of the utility below. On pavement pink paint between nails marks the alignment of the pipe along with the depth to the top of the utility and a brief description of the utility below. SITE SPECIFIC DETAILS The area of interest is on the east side of El Camino Real from the north side of Cougar Way extending about 120 feet to the south. Two utilities have been investigated that are in conflict with the water main installation; an SBC/AT&T local phone package and a 20 inch CMLS water main. There were five potholes excavated, two on each utility south of Cougar Way labeled PH-1 to PH-4 and one on the north side labeled PH-5. Potholes 1 and 3 were on the cable television while 2 and 4 were on the AT&T fiber optic. Refer to the attached photos below and the spreadsheet. AirX potholing methods require potable water that was acquired off site, and all vacuumed water was disposed of off site. Water used during the course of potholing was completely contained and no water was allowed to escape into storm drains or natural drainages. Utility locating was initially provided by Underground Service Alert and verified as required by AirX Utility Surveyors prior to potholing. SUPPORTING PHOTOS Above left (Photo 1): A view facing north on Ei Camino Rea! with Cougar Drive entering on the right side just beyond the blue airvac. Pothole PH-1 and PH-2 are seen in the center of the photo while PH-3 and PH-4 are seen in the distant center of the photo, at the pink paint, out from the curb return. Photo right (Photo 2): Pothole PH-5 can be seen in the center of the photo just south of the "Bike" lettering shown in pink paint. Potholes PH-1 to PH-4 are just past Cougar Way seen entering from the left. Above left (Photo 3): Potholes PH-1 and PH-2 are seen in the bike lane and the right turn lane. There are 2 - 4 inch PVC conduits shown at PH-2 and a 20 inch water main at PH-1. Above right (Photo 4): Potholes PH-3 and PH-4 are again in the bike Sane and right turn lane near the curb return. These are the same utilities as those in PH-1 and PH-2. Refer to- the spreadsheet and pothole site plan for more details. Left (PhotoS): Pothole PH-5 is at the north curb return on E! Camino Real at Cougar Way. There are two utilities in this hole: A 3 inch PVC conduit seen furthest from the curb and the 20 inch water seen about 3 inches closer. The water main is about 20 inches below the 3 inch conduit. COMMENTS 1. Potholes have been excavated with consideration to the USA active utility mark outs and the plan. 2. Potholed utilities have been tied into existing features by swing lines and plotted on the attached Pothole Site Plan. 3. All utilities have been marked in the field with Mag Nails, pink paint and annotated on the ground and in this report. 4. A traffic control permit and slow lane closure were required for potholing from the City of Carlsbad. SPREADSHEET FOR EL CAMINO REAL at COUGAR WAY Pothole 1 2 3 4 5A 5B Utility Water SBC Tel. Water SBC Tel. Water Comm. Size/Type 20" CMLS 2-4" PVC 20" CMLS 2-4" PVC 20" CMLS 3" PVC Depth 53.0" T/P 46.0" T/P 50.0" T/P 28.0" T/P 53.5" T/P 24.5" T/P Description & Location 5.7' W. of curb, 100' S. of Cougar 1 1 .5' W. of curb, 1 00' S. of Cougar 5.8' W. of curb, 30' S. of Cougar 1 1 .5' W. of curb, 30' S. of Cougar 4.5' W. of curb, N. side of Cougar 4.5' W. of curb, N. side of Cougar Notes (D (D (2) (2,3) GENERAL NOTE: All potholes are located in the northbound lanes of El Camino Real at the intersection with Cougar Way in Carlsbad. Measurements from curb are approximate and are measured from face of curb. NOTES: (1) Conduits are side-by-side in the trench. (2) Two utilities are in same pothole. (3) The Time Warner Cable conduit is located over the water line. PDTHQLE SITE PLAN El Canlno Real & Cougar Way POTHDLE PHI, PH2, PH3, PH4 & PH5 UTILITY PDTHDLING El Camino Real TRAFFIC CONTROL PLAN: 1 PROJECT NUMBER: X070005 DATE: 04/25/07 CONTRACTOR LICENSE: CALIFORNIA 830790 Phone: 858-792-2479 Fax: 858-792-2417 Cell: 760-419-2183 REPORT FOR Kennedy Jenks Consultants 16855 W Bernardo Drive Suite 360 San Diego, CA 92127 PROJECT 24 inch Water Main Improvements City of Carlsbad, California TABLE OF CONTENTS 1. DESCRIPTION OF POTHOLE PROCEDURES 2. SITE SPECIFIC DETAILS 3. SUPPORTING PHOTOGRAPHS 4. SPREADSHEET OF POTHOLE DATA 5. COMMENTS 6. RECORD OF TESTHOLE DATA SHEETS PREPARED BY AIRX UTILITY SURVEYORS 2262 CARMEL VALLEY ROAD SUITE H SAN DIEGO, CA 92024 DESCRIPTION OF POTHOLE PROCEDURES AIRX Utility Surveyors performs a full range of services including Utility Locating, Vacuum Excavation to identify the depth and alignment of existing utilities, Video Inspection services and Subsidence Monitoring. When employed Utility Locating establishes an alignment beneath which the desired utility has been traced. To convey this information to crews that follow mark outs are done using paint, nails or feathers with appropriate annotation. On hard pavement AIRX uses white paint to identify the intended utility while utility locators use paint of the appropriate color for that utility. On unpaved surfaces spikes with pink feathers identify the alignment or pothole locations. Vacuum excavation entails the use of a vacuum truck as a mode of extraction coeval with high-pressure air or water as the mode of excavation. A hole is first cored or chiseled through the pavement 12 to 18 inches in diameter through which the vacuum hose and high pressure hose is inserted. Holes in substrate materials such as sand excavate quickly while those in cobble require considerable time. AIRX offers Video Inspection services for sewer, storm drain and water services but on occasion video has been used in potholing to identify facilities located under encasements or old buried paved surfaces. Video Inspection is done with the use of our rubber tire, tracked and hand-held push cameras. Video is captured by both electronic and VHS methods. With all of the above methods for locating buried utilities the method for annotating that information on the surface is the same. The facility is traced on the surface and two nails or feathers are placed an offset distance apart. This distance is noted on the middle left side of the sheet. Its significance is two fold: First, it approximates the alignment of the centerline of the pipeline or encasement; and second, it defines the point of depth measurement at the midpoint between the nails or feathers. The depth measurement is rounded to the nearest 1/2 inch with a tolerance of+/- 1A inch. Surveyors can measure the coordinates of both points to gain an approximation of the alignment and take the depth measure at the midpoint. Where requested, convenient or appropriate depth measurements may be taken from a remote point, hub or surface, such as a valve can lid or curb. If that is done a note will appear on the data sheet showing the location of the hub and the distance. Potholes may be slightly offset from the alignment of the utility below. On pavement pink paint between nails marks the alignment of the pipe along with the depth to the top of the utility and a brief description of the utility below. SITE SPECIFIC DETAILS The area of interest is on the east side of El Camino Real approximately 300 to 600 feet north of the intersection with Faraday Avenue in Carlsbad, California. Two utilities that are in conflict with the water main installation are being investigated, an AT&T fiber optic package and cable television. There were four potholes performed, two on each labeled PHI, 2, 3 and 4. Potholes 1 and 3 were on the cable television while 2 and 4 were on the AT&T fiber optic. Refer to the attached photos below. AirX potholing methods require potable water that was acquired off site, and all vacuumed water was disposed of off site. Water used during the course of potholing was completely contained and no water was allowed to escape into storm drains or natural drainages. Utility locating was initially provided by Underground Service Alert and verified as required by AirX Utility Surveyors prior to potholing. SUPPORTING PHOTOS Above left (Photo 1): A view facing north on Ei Camino Real in the bicycle lane of pothole location 1. Pothole locations 2 can be seen at the upper right comer of the photo. The pipe alignments are seen along the pink line while I the information has been painted on the street and annotated in the spreadsheet below and the attached data sheets. Photo right (Photo 2): Pothole location 2 depicts the alignment of the AT&T fiber optic lines and what appears to be a 4 inch sanitary sewer. The pipe is white and maybe irrigation water. Refer to the spreadsheet and attached data sheets. Above left (Photo 3): Pothole locations 3 has the same utility package as location I seen in photo 1. The trench line can be seen within about 15 inches of the toe of the curb where all of the utilities reside. Above right (Photo 4): Pothole location 4.. in the slow lane, has different utilities from that of location 1. There is a bollard and cabinet between the two pothole locations which is where the packages appear to change. Left (PhotoS): This is a typical utility exposure, as seen from pothole location 2. The 10 inch OD duct and I inch direct buried phone line are seen in the bottom center of the pothole while the 4 inch PVC water for sewer) can be seen at the far left of the pothole. The pothoie is excavated through 9 inches of asphalt. Refer to the attached spreadsheet and Test Hole Data Sheets for details. POTHOLE TABULATION FOR AIRX JOB X070005 El Camino Real north of Faraday Avenue Carlsbad, California For City of Carlsbad Report Dated February 7, 2007 Pothole 1 2 3 4 Utility Tel Tel Tel Fiber Optic Fiber Optic CA Tel Tel Tel Fiber Optic Size/Type 2" PVC 3" PVC Cap or Encased 4" PVC 2° DB Cable 10° Cone Duct 2" PVC 3" PVC Cap or Encased 3-4" Stacked PVC Depth 30.5" Top of Pipe 36.5" Top of Pipe 10" TE, 30.5" BE 36.5" Top of Pipe 54.0" Top of Cable 51.0" Top of Duct 34.5" Top of Pipe 42.0" Top of Pipe 12" TE, 34" BE 38.5" TP, 50.5" BP Description & Location Next to curb 550' north of Faraday Ave. In slow lane 550' north of Faraday Ave. Next to curb 350' north of Faraday Ave. In slow lane 350' north of Faraday Ave. Notes 2,4 2,4 1,2 3,6 3,7 3,5 2,4 2,4 1,2 4 Notes: (1) The utility may be inside the concrete encasement or just under it. (2) There are two utilities in one pothole. (3) There are three utilities in one pothole. (4) The conduits are stacked vertically; bottom measurement is to the bottom of the bottom conduit (5) Unknown utility; possibly water or sewer (white PVC), runs about 45 degrees from street centerline through east side of pothole. (6) Concrete duct, 10" wide, unable to measure depth of duct with other utilities in pothole. (7) Direct burial telephone cable on west side of concrete duct. COMMENTS 1. Potholes have been excavated with consideration to the USA active utility mark outs and the plan. 2. Potholed utilities have been tied into existing features by swing lines and plotted on the attached Record of Test Hole Data Sheets. 3. All utilities have been marked in the field with Pink Feathers, pink paint and annotated on the ground and in this report. 4. A slow lane closure was-required for potholing from the City of Carlsbad. RECORD OF TESTHOLE DATA JOB# XO70005 TEST HOLE# PH-1 DATE DUG: 2-7-07 DWG NO: PERMIT NO: WEATHER: £t LIGHT POLE \ CO \" SIDEWALK \ BIKE LANE j ^ FROM FACE OF CURB j R fi ' A " ?'r ^CMiw nni F/C £w r CURB AND GUTTER IFACE OF CURB _ North Bound I _ __ _ Concrete Thickness Asphalt Thickness 9" Vertical Profile (Not To Scale) .'•;•'.'•••!.•'.••'/:•" •'•*.•/' '•• V'-'-;.V '•'..'-. '''".. Top of Encasement 10.0" "" ~ IBottom of Enc. 30.5 ' Pine Size and Tvoe See info to the ri9ht -T Portion of Pipe Exposed full half Hole Width 12 in X j Pipe Depth 30.5" Tnp nfPipe 36.5" -]-(,p nf pjpe 2" PVC 3" PVC Did USA mark utility? El Yes D No Was markout location correct? El Yes D No If not, distance in error Existing backfill soil type Clay E) Sand El Existing bedding soil type Clay B Sand El Was utility shown on plan? Was a tracer wire found? Was original backfill used? Cobble D Rock D SlurryD Cobble D Rock D SlurryD Yes D No D Yes El No D Yti E) No slurry depth slurry depth REMARKS Utility information has been marked on the street and in the subsequent report. STEPHEN TUETING Supervisor. RECORD OF TESTHOLE DATA JOB# X070005 TEST HOLE# PH-2 DATE DUG: DWG NO: PERMIT NO: WEATHER: LOT LIGHT POLE I PARK NG SIDEWALK CURB AND GUTTER BIKE LANE FACE OF CURB L 5 F; ^_ North Bound I= i7'-o" m i MAN HOLEffifr, i ^*^c^ I f* A K/i TJ\ I r\ o r" A FACE OF CURB T --•«» J^T , L ' *~^*% I IAIN VX 1x1—/T\ PH-2 = 17'-0" FROM FACE OF CURB Concrete Thickness Asphalt Thickness Vertical Profile (Not To Scale) 10" •--... ^ .;.. ' " --..-,,..••;;.•-:/.••-:•:• ••••.•;•••>•..••••.»•.:-,;•«•'••:, Top of Encasement ~ IBottom ot Enc. ' Pipe Size and Tvpe See info to the right Portion of Pipe Exposed full X half - =T Hole Width 12 in / \ ^7 \ \ / Aprnvimatp Pla.n Rlpvatinn Pipe Depth 36. 5" Tnp nf Pipe 4" PVP 51 .0" Tnp nf Pipe 10" fnnrrete Duct 54.0" Tnp of Pip,- 7"nRrahln Did USA mark utility?Yes Was markout location correct? El Yes If not, distance in error Existing backfill soil type Clay Existing bedding soil type _ Clay D No D No Was utility shown on plan?Yes D No El Sandt El Sand I Was a tracer wire found? D Yes El No Was original backfill used? D Yes El No Cobble D Rock D SlurryD slurry depth Cobble D .Rock D SlurryD slurry depth _ REMARKS Refer to Photo 5 to view the orientation of the utilities. Foreman STEPHEN TUETING Supervisor r RECORD OF TESTHOLE DATA JOB# XO70005 -6 FIRE HYDRANT v • LIGHT POLE 571 EC' TEST HOLE#_ DATE DUG: DWG NO: PERMIT NO: WEATHER: PH-3 2-7-07 \ • (CURB AND t GUTTER FACE OF CURB PH 3 FROM o FACE P" -T ^ ^ fm& \ \ SIDEWALK OF CURB *V CK BIKE LANE [n ' \^X "s ' LT_ Concrete Thickness Asphalt Thickness Vertical Profile (Not To Scale) '.':*'• •'• •''•* '•' *'•' '•'•"'.. '-'I •'•• 4-,";-V- '•-••"'•'• •'•'•'•'. '?/••' '••.•'•' •'' • ' .'••' •• .'.• ••• * ••''• .*. • <• '., •' '.. Top of Encasement 12" ~| | | Bottom of Enc. 34.0" _| Pipe Size and Tvpe See info to the right ~rrPortion of Pipe Exposed full half Hole Width "* 12 in *" ^ j Pipe Depth ~^ 34.5 Top-nf-Pipe. 42.0" Top of Pipe 2" PVC 3" PVC Did USA mark utility? B Yes D No Was markout location correct? H Yes D No If not, distance in error Existing backfill soil type Clay D Sand D Cobble D Rock D SlurryD slurry depth Existing bedding soil type Clay D SandD Cobble D Rock D SlurryD slurry depth REMARKS Was utility shown on plan? Was a tracer wire found? Was original backfill used? H Yos D No D Yes m No D Yes B No This is the same utility set as in .pothole location 1. Refer to photos 1 and 3. STEPHEN TUETING Foreman Supervisor RECORD OF TESTHOLE DATA JOB# XO70005 TEST HOLE#_ DATE DUG: DWG NO: PERMIT NO: WEATHER: PH-4 1-7-07 FIRE HYDRANT U6W POLE 571 (CURB AND i fe- \ ._J^ <fJ'0 GUTTER \ \ SIDEWALK rm&i i \ / I FACE OF CURB \ _ / BIKE LANE PH-4 = 17'-0" \ ^ rfr FROM FACE OF CURBV_ /* in -I Concrete Thickness Asphalt Thickness Vertical Profile (Not To Scale) Top of Encasement | | | Bottom of Enc. Pipe Size and Tvpe 3-4" PVC Ducts I Portion of Pipe Exposed full X half Hole Width 9 in w' "\ \ j Pipe Depth 38.5 Top of 4" Dnr-ts 50.5 Rnllom of 4"Ducts Did USA mark utility? El Yes D No Was markout location correct? El Yes D No If not, distance in error Existing backfill soil type Clay E) Sand El Existing bedding soil type Clay B Sand E Was utility shown on plan? El Yes D No Was a tracer wire found? D Yes B No Was original backfill used? D Yes El No Cobble D Rock D SlurryD slurry depth Cobble D Rock D SlurryD slurry depth REMARKS The three conduits are stacked in the trench. Foreman STEPHEN TUETING Supervisor APPENDIX "E" GEOTECHNICAL REPORT City of Carlsbad Contract No. 38431 ^»n=^ Leighton and Associates A GTG Company GEOTECHNICAL CONSULTANTS GEOTECHNICAL INVESTIGATION, PROPOSED EL CAMINO REAL WATER PIPELINE, CARLSBAD, CALIFORNIA September 16, 2002 Project No. 040752-001 Prepared For: KENNEDY JENKS & ASSOCIATES, INC. 16855 West Bernardo Drive, Suite 360 Encinitas, California 92024 3934 Murphy Canyon Road, #B205, San Diego, CA 92123-4425 (858) 292-8030 • FAX (858) 292-0771 • www.leightongeo.com ^SHHSS Leighton and Associates A GTG Company GEOTECHNICAL CONSULTANTS September 16,2002 Project No. 04075 2-001 To: Kennedy Jenks & Associates 16855 West Bernardo Drive, Suite 360 San Diego, California 92127 Attention: Mr. Ray Montoya Subject: Geotechnical Investigation, Proposed El Camino Real Water Pipeline, Carlsbad, California In accordance with your request and authorization, we have performed a geotechnical investigation for the proposed pipeline on El Camino Real between Cougar Drive and Faraday Avenue in Carlsbad, California. The accompanying report presents a summary of our investigation and provides conclusions and recommendations relative to the proposed. Based on the results of our investigation and review of the conceptual project plan prepared by the Kennedy Jenks & Associates (Kennedy Jenks, 2002), the proposed improvements are considered feasible from a geotechnical standpoint provided the recommendations outlined in this report are implemented during project design and construction. If you have any questions regarding our report, please contact this office. We appreciate this opportunity to be of service. Respectfully submitted, LEIGHTON AND ASSOCIATES, INC. William D. Olson, RCE 45283 Senior Project Engineer Distribution: (6) Addressee Michael R. Stewart, CEG 1349 Vice President/Principal Geologist CERTIRED ENGINEERING GEOLOGIST 3934 Murphy Canyon Road, #8205, San Diego, CA 92123-4425 (858) 292-8030 • FAX (858) 292-0771 • www.leightongeo.com 040752-001 TABLE OF CONTENTS Section 1.0 INTRODUCTION 1 1.1 PURPOSE AND SCOPE 1 1.2 SITE DESCRIPTION 1 1.3 PROPOSED IMPROVEMENTS 3 2.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING 4 2.1 SUBSURFACE EXPLORATION 4 2.2 LABORATORY TESTING 4 3.0 SUMMARY OF GEOLOGIC CONDITIONS 5 3.1 REGIONAL GEOLOGY 5 3.2 SITE-SPECIFIC GEOLOGY 5 3.2.1 Undocumented Artificial Fill (Afu) J 3.2.2 Point Loma Formation (kp) 5 3.3 SURFACE AND GROUND WATER 6 3.4 • SOIL COMPRESSIBILITY 6 3.5 EXPANSION POTENTIAL 6 3.6 GEOCHEMICAL CONSIDERATIONS 6 4.0 FAULTING AND SEISMICITY 7 4.1 FAULTING 7 4.2 SEISMICITY 7 4.2.1 Lurching and Shallow Ground. 8 4.2.2 Liquefactionand Dynamic Settlement 9 5.0 CONCLUSIONS 10 5.1 CONCLUSIONS 10 6.0 RECOMMENDATIONS 11 6.1 EARTHWORK 11 6.1.1 Site Preparation 11 6.1.2 Excavations arid Shoring 11 6.1.3 Removals 12 6.1.4 Pipe Bedding and Pipe Zone Backfill 12 6.1.5 TrenchZone 12 6.1.6 Excavatability 13 6.1.7 Lateral Earth Pressures 13 6.2 PRELIMINARY PAVEMENT DESIGN 14 6.3 EXISTING UTILITIES AND IMPROVEMENTS 15 6.4 TRENCH RESURFACING 15 7.0 CONSTRUCTION OBSERVATION AND PLAN REVIEW 16 8.0 LIMITATIONS 17 040129-001 TABLE OF CONTENTS (Continued-) FIGURE FIGURE 1 - SITE LOCATION MAP - PAGE 2 TABLES TABLE 1 - SEISMIC PARAMETERS FOR ACTIVE FAULTS - PAGE 8 TABLE 2 - GENERALIZED RIPPABILITY CHARACTERISTICS - PAGE 13 TABLE 3 - STATIC EQUIVALENT FLUID WEIGHT (PCF) - PAGE 13 TABLE 4 - RECOMMENDED PAVEMENT SECTION UTILIZING CLASS 2 AGGREGATE BASE - PAGE 14 PLATE PLATE l - GEOTECHNICAL MAP - IN POCKET APPENDICES APPENDIX A - REFERENCES APPENDIX B - BORING LOGS APPENDIX C - LABORATORY TESTING PROCEDURES APPENDIX D - SEISMIC ANALYSIS APPENDIX E - GENERAL EARTHWORK AND GRADING SPECIFICATIONS FOR ROUGH GRADING &l 040752-001 .0 INTRODUCTION 1.1 Purpose and Scope This report presents the results of our geotechnical investigation of the proposed El Camino Real water pipeline located in the City of Carlsbad, California (Site Location Map, Figure 1). The purpose of our investigation was to identify and evaluate the pertinent geotechnical conditions present at the site and to provide geotechnical conclusions and recommendations relative to the proposed construction. Our scope of services included: • Rev iew of the referenced documents and maps (Appendix A). • A geotechnical reconnaissance of the site. • Coordination with Underground Services Alert and City of Carlsbad representatives. • Acquisition of City of Carlsbad permits for underground excavations in the public right-of- way. • Preparation and implementation of traffic control plans. • Excavation of 6 exploratory borings using a small diameter hollow-stem auger rig to depths of 2 to 15.5feetbgs. • Geologic logging of the borings (Appendix B). • Laboratory testing of representative samples obtained from the subsurface exploration. Results of these tests are presented in Appendix C of this report and on the borings logs (Appendix B). • Geotechnical analysis of data obtained. • Preparation of this report presenting our findings, conclusions, and recommendations regarding the proposed improvements. 1.2 Site Description The proposed pipeline, approximately 2,000 feet long, will be located beneath the existing eastern northbound lanes of El Camino Real from Faraday Avenue (Station 19+75) to Cougar Drive (Station 2+75). Topographically, El Camino Real slopes down northward from Faraday Avenue (approximately elevation 320 feet mean sea level) to Cougar Drive approximately elevation 265 feet mean sea level). -1- PROJECT SITE NORTH BASE MAP: 2003 Digital Edition Thomas Guide, San Diego County NOT TO SCALE Kennedy/Jenks El Camino Real Water Main Between Cougar Drive and Faraday Avenue San Diego, California SITE LOCATION MAP Project No. 040752-001 Date Sept. 2002 Figure No. 1 040752-001 1.3 Proposed Improvements Based on our review of the proposed project plans and conversations with Kennedy Jenks, we understand the proposed pipeline will vary in depth from approximately feet 5 to 9 feet below the existing ground surface (bgs), and consist of a Ductile Iron Pipe (DIP) pipe with diameters of 16 inches and 24 inches. Installation of the pipeline will be primarily a cut-and-cover construction method. In addition, we understand that the proposed pipeline will be connected to existing pipelines located at Faraday Avenue and Cougar Drive. -3- 040752-001 2.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING 2.1 Subsurface Exploration Our subsurface exploration consisted of the excavating six 8-inch diameter hollow-stem auger borings (B-l through B-6) to depths ranging from 2 to 15.5 feet bgs. The purpose of these exploration excavations was to evaluate the engineering characteristics of the onsite soils relative to the proposed 24-inch pipeline. Prior to excavation of the borings, location and identification of nearby underground utilities were coordinated with Underground Service Alert. The borings were logged by representatives from our firm. Relatively undisturbed drive samples and bulk disturbed samples were collected during drilling for laboratory testing. The approximate locations of the borings are shown on Geotechnical Map, Plate 1. After logging, the borings were backfilled with bentonite and native soils, and pavement was restored with 6-inches of concrete overlay by 2 inches of asphalt. Logs of borings are presented in Appendix B of this report. 2.2 Laboratory Testing Selected samples were tested for expansion potential, moisture content, dry density, R-Value, and geochemical properties (i.e., pH, Resistivity, Chloride, and Sulfate Content). The results of our laboratory testing along with a summary of the testing procedures are presented in Appendix C of this report. In-situ moisture and density test results are presented on the borings logs (Appendix B). -4- 040752-001 3.0 SUMMARY OF GEOLOGIC CONDITIONS 3.1 Regional Geology The site is located within the coastal subprovince of the Peninsular Ranges Geomorphic Province, near the western edge of the southern California batholith. The topography at the edge of the batholith changes from the rugged iandforms developed on the batholith to the more subdued landforms which typify the softer sedimentary formations of the coastal plain such as are present on the site. Specifically, the site is underlain by Point Loma Formation and surficially underlain by Undocumented Artificial Fill. Subsequent to the deposition of these units, erosion and regional tectonic uplift created the valleys and ridges of the area. Human influences, recent weathering and erosional processes have produced the Quaternary and recent surficial units including undocumented fill soils, which mantle the formational and bedrock materials along the proposed pipeline alignment. 3.2 Site-Specific Geology Formational and bedrock materials including Point Loma Formation and a surficial unit consisting undocumented fill soils were encountered during our investigation of the site. Brief descriptions of the geologic units encountered are provided below. 3.2.1 Undocumented Artificial Fill (Afu) Undocumented artificial fill placed during the construction of El Camino Real was encountered. Since no documentation of the placement and compaction of the existing fill were available, we have designated these fills as undocumented at this time. As encountered during our investigation, the artificial fill materials generally consist of brown to dark brown and gray-brown, damp to moist, dense to hard, fine to clayey sand and sandy clay. This material generally exists within graded portions of El Camino Real between Station 7+00 and Station 14+75. Artificial fill material was encountered in Borings B-1, B- 4, and B-5 to depths ranging from 1.5 to 13 feet bgs (Appendix B). 3.2.2 Point Loma Formation (kp) The Point Loma Formation underlies the entire site of the proposed pipeline alignment. As encountered during our investigation, this sedimentary formation primarily consists of moderately to well cemented, light brown to olive-brown, and orange brown, very dense to hard, very fine silty sandstone with clay to very fine sandy siltstone with clay. Occasional cemented interbeds and hard concretionary layers can be observed in adjacent road cuts and may be encountered within this unit. This material was encountered in Borings B-l, B-3, B-4, B-5, and B-6 at depths ranging from 2 to 15.5 feet bgs (Appendix B). -5- 040752-001 3.3 Surface and Ground Water During our field investigation, ground water was not encountered in any of our exploratory borings, nor was surface water observed in the adjacent drainages. However, seasonal fluctuations of surface water and ground water should be expected. It is our opinion that ground water related problems should be minor provided the recommendations in this report are incorporated into the design and construction of the project. 3.4 Soil Compressibility Based on our field exploration and observations, the soils encountered are predominantly sands, clays, and silts. In general, undocumented fill soils located at the central portion of the alignment (approximately Station 7+00 to 14+75) appear to be moist and relatively well compacted. However, localized porous zones were noted which may be relatively compressible. 3.5 Expansion Potential The test results indicate the on site soils have a medium expansion potential (per UBC Table 18-1- B). In addition, the siltstone and claystone materials of the Point Loma Formation may have a medium to high expansion potential. 3.6 Geochemical Considerations We have performed geochemical testing for soluble sulfate, chloride, pH and minimum resistivity on representative soils (Appendix C). The chloride content indicates a threshold affect on exposed steel or concrete. The soluble sulfate testing indicates a negligible soluble sulfate content in the onsite soils. The results of the minimum resistivity and pH testing indicate a very high to high potential for corrosion to buried uncoated metal materials. A corrosion engineer should be consulted regarding the type of protection needed for buried metal materials. -6- 040752-001 4.0 FAULTING AND SEISMICITY 4.1 Faulting Our discussion of faults on the site is prefaced with a discussion of California legislation and state policies concerning the classification and land-use criteria associated with faults. By definition of the California Mining and Geology Board, an active fault is a fault which has had surface displacementwithin Holocenetime (about the last 11,000 years). The State Geologist has defined a potentially active fault as any fault considered to have been active during Quaternary time (last 1,600,000 years). This definition is used in delineating Earthquake Fault Zones as mandated by the Alquist-Priolo Geologic Hazards Zones Act of 1972 and as most recently revised in 1997. The intent of this act is to regulate development near active faults so as to mitigate the hazards of surface fault rupture" (Hart, 1997). Based on our review of the Fault-Rupture Hazard Zones, the site is not located within any Fault-Rupture Hazard Zones as created by the Alquist-Priolo Act (Hart, 1997). San Diego, like the rest of southern California, is seismically active as a result of being located near the active margin between the North American and Pacific tectonic plates. The principal source of seismic activity is movement along the northwest-trending regional fault zones such as the San Andreas, San Jacinto and Elsinore Faults Zones, as well as along less active faults such as the Rose Canyon Fault Zone. Seismic activity is also possible (although less likely) along unnamed inactive faults mapped on the City of Carlsbad Geotechnical Hazard Analyses and Mapping Study (Leighton,1992). Our review of geologic literature pertaining to the site area indicates that there are known major active faults in the immediate vicinity of the site (Jennings, 1994). Based on our review, unnamed faults were mapped central and northern portion of the proposed alignment through the El Camino Real (Leighton, 1992). Approximate location of these faults are presented on Geotechnical Map (Plate 1). The nearest known active fault is the Rose Canyon Fault Zone located offshore approximately 6.8 miles west of the site. 4.2 Seismicity The site can be considered to lie within a seismically active region, as can all of Southern California. Table 1 (below) indicates potential seismic events that could be produced by the maximum moment magnitude earthquake. A maximum moment magnitude earthquake is the maximum expectable earthquake given the presently known tectonic framework. Site-specific seismic parameters included in Table 1 are the distances to the causative faults, earthquake magnitudes, and expected ground accelerations (Appendix D). -7- 040752-001 Table 1 Seismic Parameters for Active Faults (Blake, 2000) Potential Causative Fault Rose Canyon (offshore) Newport-Inglewood (Offshore) Elsinore- Julian Distance from Fault to Site (Miles) 6.8 8.8 22.3 Maximum Moment Magnitude 7.0 6.9 7.1 Peak Horizontal Ground Acceleration (g) 0.374 0.299 0.17 As indicated in Table 1, the Rose Canyon Fault is the 'active' fault considered having the most significant effect at the site from a design standpoint. A maximum moment magnitude earthquake of moment magnitude 7.0 on the fault could produce an estimated peak horizontal ground acceleration 0.374g at the site. The Rose Canyon Fault is considered a Type B seismic source according to Table 16-Uofthe 1997 Uniform Building code (ICBO, 1997). The effect of seismic shaking may be mitigated by adhering to the Uniform Building code or state-of-the-art seismic design parameters of the Structural Engineers Association of California. The soil parameters in accordance with UBC 1997 and other guidelines, are as follows: Soil Profile Types = Sc, (Table 16-J, 1997 UBC) Seismic Zone = 4 (Figure 16-2, 1997 UBC) Seismic Source Type = B (Table 16-U, 1997 UBC) N,= 1.0 (Table 16-S, 1997 UBC) Nv = 1.0 (Table 16-T, 1997 UBC) Secondary effects that can be associated with severe ground shaking following a relatively large earthquake which include shallow ground rupture, soil liquefaction and dynamic settlement. These secondary effects of seismic shaking are discussed in the following sections. 4.2.1 Lurching and Shallow Ground Soil lurching refers to the rolling motion on the ground surface by the passage of seismic surface waves. Effects of this nature are likely to be most severe where the thickness of soft sediments vary appreciably under structures. The potential for lurching can be mitigated if the potentially compressible soils present on the site are properly compacted in accordance with the recommendations of this report (Section 6.0). Breaking of the ground because of faulting is not likely to occur on site due to the absence of known active faults on the site. Cracking due to shaking from distant seismic events is not considered a significant hazard, although it is a possibility at any site. -8- 040752-001 4.2.2 Liquefaction and Dynamic Settlement Liquefaction is a seismic phenomenon in which loose, saturated, fine-grained granular soils behave similarly to a fluid when subjected to high-intensity ground shaking. Liquefaction occurs when three general conditions exist: 1) shallow-groundwater; 2) low density non- cohesive soils; and 3) high-intensity ground motion. Based on absence of aforementioned characteristics along proposed pipeline, the potential for liquefaction is considered unlikely. -9- 040752-001 5.0 CONCLUSIONS 5.1 Conclusions Based on our geotechnical investigation, it is our opinion that the development of the site is feasible from a geotechnical standpoint. There appear to be no significant geotechnical constraints on the site that cannot be mitigated by proper planning, design, and sound construction practices. Our recommendations for proper site development are presented in the following sections. The following items discuss the major conclusions based on our site investigation. • The soils encountered were generally evaluated to have favorable load-settlementcharacteristics at the depth of the pipe. However, localized zones of potentially compressible fill materials are anticipated in the central portion of the alignment from Stations 7+00 and 14+50. • Shallow excavations of the onsite materials may generally be accomplished with conventional heavy-duty earthwork equipment. Heavy ripping or breaking will likely be required where cemented and concretionary lenses are encountered in deeper excavations. Our preliminary interpretation of rippability with respect to geologic unit is provided in Section 6.1.6 of this report. • Ground water is not anticipated on the proposed pipeline alignment on El Camino Real. • The peak horizontal ground acceleration on the site due to the maximum credible earthquake is postulated to be 0.3 74g. • The test results indicate on site soils have a medium expansion potential. • Soluble Sulfate content tests indicate the soils possess negligible concentrations of soluble sulfates (per U.B.C. Table 19-A-4). Chloride content indicates a threshold affect on exposed steel. Minimum resistivity and pH testing indicate high to very high potential for corrosion. A corrosion engineer should be consulted regarding the type of protection needed for buried metal materials. -10- 040752-001 6.0 RECOMMENDATIONS 6.1 Earthwork Grading and earthwork should be performed in accordance with the following recommendations and the General Earthwork and Grading Specifications for Rough Grading included as Appendix E. 6.1.1 Site Preparation Site preparation is anticipated to include demolition pavement and buried obstructions. Voids resulting from removal of buried obstructions that extend below finished pipeline grades should be backfilled with properly compacted fill soils. Utilities should be properly abandoned in accordance with appropriate local codes. All grading should be performed under the testing and observation of a qualified geotechnical consultant. 6.1.2 Excavations and Shoring Based on our observations during subsurface investigation and results of laboratory tests, shallow excavations of the onsite materials may generally be accomplished with conventional heavy-duty earthwork equipment. Heavy ripping or breaking will likely be required where cemented and concretionary lenses are encountered in deeper excavations. Our preliminary interpretation of excavatability characteristics of onsite material is provided in Section 6.1.6 of this report All excavation should comply with OSHA requirements. For preliminary planning, sloping of surficial fill soils at 1 to 1 (horizontal to vertical) may be assumed. Loose and/or saturated artificial fill, if present on site, may cave during trenching operations. Special care should be taken for excavation near existing improvements and, to verify that the integrity of the existing improvements will not be impacted. For shored excavations, the geotechnical consultant should review the contractors proposed shoring design. We anticipate that scattered amounts of oversize material may be generated during excavation of localized cemented lenses within the formational unit. Recommendations for treatment of oversize material are included in the attached General Earthwork and Grading Specifications for Rough Grading (Appendix E). In general, oversize material should be hauled off site. -11- 040752-001 6.1.3 Removals Removal depths should be evaluated by a qualified geotechnical consultant during excavation. Significant removals of compressible material are not anticipated, and should generally be limited to within 2 feet of the bottom of the proposed pipeline. We do anticipate that potentially compressible soils will generally be encountered in the undocumented fill located at the central portion of the alignment. Compressible soils beneath the proposed Pipeline alignment should be removed to a minimum depth of 2 feet below the bottom of the proposed Pipeline line. The bottom of the excavation should be overlain with Mirafi 600x (or equivalent) and removed soil should be replaced with 2 feet of crushed aggregate prior to additional fill placement or the construction of improvements. 6.1.4 Pipe Bedding and Pipe Zone Backfill Pipe bedding should extend to a depth of at least 6 inches below the pipe and the pipe zone backfill should extend from the top of the bedding to a height of at least 12 inches over the top of the pipe. In addition, there should be a range of 6 to 12 inches of pipe zone backfill material on either side of the pipe. The bedding and pipe zone material may consist of compacted free draining sand, gravel or crushed rock (SE >30) in accordance with Appendix E of this report and the City of Carlsbad specifications. The bedding layer should be supported on firm, competent material, as determined by the Geotechnical Consultant and provisions of the above reference. Disturbed or loose materials at excavation bottom should be removed to expose firm native material. We anticipate that firm soil conditions exist at proposed invert depths, although some soft and/or loose soils may be encountered, as discussed above. Removals should be performed as previously described in Section 6.1.3 of this report and in accordance with the recommendations made during the course of excavation. 6.1.5 Trench Zone The onsite soils are generally suitable for reuse as compacted structural fill provided they are free of oversize material, organic materials, and debris. Saturated soils should be dried back and/or replaced with import soils. The optimum lift thickness required to produce a uniformly compacted fill will depend on the type and size of compaction equipment used. In general, fill should be placed in uniform lifts not exceeding 8 inches in thickness. Materials greater than 6 inches in maximum dimension should not be utilized in fills. Fill soils (onsite and import) should be placed near or above optimum moisture content and compacted to a minimum of 90 percent relative compaction (based on ASTM Test Method D1557). Placement and compaction of fill should be performed in accordance -12- 040752-001 with local grading ordinances under the observation and testing of a qualified geotechnical consultant. Densification by water jetting within the trench zone is not recommended. 6.1.6 Excavatability Based on our preliminary findings and our experience with the following geologic units, the following is our preliminary interpretation of excavatability with respect to geologic unit: Table 2 Generalized Excavation Characteristics Geologic Unit Artificial Fill Point Loma Formation General Excavation Characteristic Easy ripping, localized debris, oversize material may be encountered Generally excavated with standard construction equipment, localized cemented zones may prove to be difficult with localized breaking required "Difficult ripping" refers to rocks, in which it becomes difficult to achieve tooth penetration, sharply reducing ripping production. Localized ripping or breaking may be necessary in order to maintain a desired ripping production rate. We also note that concrete was encountered at shallow depths in Boring B-2 and B-3. The actual extent of this concrete was not determined by our study. 6.1.7 Lateral Earth Pressures For design purposes, the following lateral earth pressure values for level or sloping backfill are recommended for walls backfilled with on-site soils or approved granular material of very low to low expansion potential. Table 3 Static Equivalent Fluid Weight (pcf) Conditions Active At-Rest Passive Level 35 55 350 (Maximum of 3 ksf) 2:1 Slope 55 65 150 (sloping down) -13- 040752-001 Unrestrained (yielding) cantilever walls up to 10 feet in height should be designed for an active equivalent pressure value provided above. In the design of walls restrained from movement at the top (nonyielding) such as basement walls, the at-rest pressures should be used. If conditions other than those covered herein are anticipated, the equivalent fluid pressure values should be provided on an individual case basis by the geotechnical engineer. A surcharge load for a restrained or unrestrained wall resulting from automobile traffic may be assumed to be equivalent to a uniform pressure of 75 psf, which is in addition to the equivalent fluid pressure given above. For other uniform surcharge loads, a uniform pressure equal to 0.35q should be applied to the wall (where q is the surcharge pressure in psf). The wall pressures assume walls are backfilled with free draining materials and water is not allowed to accommodate behind walls. Wall backfill should be compacted by mechanical methods to at least 90 percent relative compaction (based on ASTM D1557). Wall footings should be designed in accordance with the foundation design recommendations and reinforced in accordance with structural considerations. For all retaining walls, we recommend a minimum horizontal distance from the outside base of the footing to daylight of 10 feet. Lateral soil resistance developed against lateral structural movement can be obtained from the passive pressure value provided above. Further, for sliding resistance, the friction coefficient of 0.3 may be used at the concrete and soil interface. These values may be increased by one-third when considering loads of short duration including wind or seismic loads. The total resistance may be taken as the sum of the frictional and passive resistance provided that the passive portion does not exceed two-thirds of the total resistance. The geotechnical consultant should approve any backfill materials that will be utilized prior to the backfill placement operations. It is the contractor's responsibility to provide representative samples of the selected backfill material. 6.2 Preliminary Pavement Design Since an evaluation of the characteristics of the actual soils at pavement subgrade cannot be made at this time, we have provided the following range of pavement sections to be used for planning purposes only. Based on laboratory test R-Value and the City of Carlsbad's minimum section thickness requirements, a preliminary pavement section is presented in Table 3. Table 4 Recommended Pavement Section Utilizing Class 2 Aggregate Base Location El Camino Real (Station No. 13+00) Traffic Index 8.5 Design R-Value 16 Asphalt Concrete Thickness (in inches) 5 Class 2 Aggregate Base Thickness (in inches) 17 -14- 040752-001 6.3 Existing Utilities and Improvements The proposed pipeline improvements are located near and cross several existing utilities. The contractor should exercise care to not disturb these utilities and or support them during construction. Compacting backfill above the pipe zone may be detrimental to surrounding utilities, we recommend a lean 1-sack cement sand slurry mix be used for backfilling operations. These areas should be limited to a zone between two pipes and not exceeding two feet on either side of the crossing. 6.4 Trench Resurfacing Trench resurfacing should be performed in accordance with San Diego Regional Standard Drawing No. G-24 and G-25 and the City of Carlsbad requirements. -15- 040752-001 7.0 CONSTRUCTION OBSERVATION AND PLAN REVIEW The recommendations provided in this report are based on subsurface conditions disclosed by field reconnaissance and widely-spaced exploratory borings. All construction should be performed under the observation and testing of the Geotechnical Consultant at the following stages: • During trench excavation; • During placement of bedding and backfill; • During pavement capping; and • When any unusual or unexpected geotechnical conditions are encountered. The final Pipeline improvement plans should implement the recommendations presented in this report and should be reviewed by the project geotechnical consultant. -16- 040752-001 8.0 LIMITATIONS The conclusions and recommendations in this report are based in part upon data that were obtained from a limited number of observations, site visits, excavations, samples, and tests, such information is by necessity incomplete. The nature of many sites is such that differing geotechnical or geological conditions can occur within small distances and under varying climatic conditions. Changes in subsurface conditions can and do occur over time. Therefore, the findings, conclusions, and recommendations presented in this report can be relied upon only if Leighton has the opportunity to observe the subsurface conditions during grading and construction of the project, in order to confirm that our preliminary findings are representative for the site. -17- 040752-001 APPENDIX A REFERENCES Blake, 2000, EQFAULT, Version 3.00. Boore, D.M., Joyner, W.B., and Fumal I.E., 1997, Equations for Estimating Horizontal Response Spectra and Peak Acceleration from Western North American Earthquakes: a Summary of Recent Work, Seismological Research Letters, v.68, No 1. Carlsbad, City of, 1996, Standards for Design and Construction of Public Works Improvements in the City of Carlsbad, California, Project No. 05332-12-01, dated April 20, 1993, revised December 10, 1996. CDMG, 1996, Probabilistic Seismic Hazard Assessment for the State of California, Open-File Report, 96-08. , 1996, Probabilistic Seismic Hazard Assessment for the State of California, Open File Report 96-706. Kennedy Jenks & Associates, 2002, El Camino Real, Water Main Preliminary Design Plan, undated. Hart, E.N., 1997, Fault-Rupture Hazard Zones in California, Alquist-Priolo Earthquake Fault Zoning with Index to special Study Zone Maps: Department of Conservation, Division of Mines and Geology, Special Publications 42. International Conference of Building Officials, 1997, Uniform Building Code. Jennings, CW, 1994, Fault Activity Map of California, California Division Mines and Geology, Scale 1:750,000. Leighton and Associates, 1992, City of Carlsbad Geotechnical Hazards Analysis and Mapping Study, 48 Sheets, dated November, 1992. NCEER, 1997, Proceeding of the NCEER Workshop on Evaluation of Liquefaction Resistance of Soils, December 31,1997, NO. 97-0022. San Diego County Department of Public Works, 1992, San Diego Area Regional Standard Drawings, dated May, 1992. Tan, Siangs S. and Kennedy, Michael P., 1996, Geology Map of the Oceanside, San Luis Rey, and San Marcos Quadrangles, San Diego County, California A-l 040752-001 APPENDIX A (Continued) REFERENCES Tokimatu and Seed, 1986, Evaluation of Settlement in Sands due to Earthquake Shaking, JOE, Vol. 113, No. 8, August, 1987. Treiman, J.A., 1993, The Rose Canyon Fault zone, Southern California: California Division of Mines and Geology, Open-File Report 93-02,45 p. AERIAL PHOTOGRAPHS Date 4-11-53 Source USDA Scale 1:2000 Flight AXN-8M Photo Nos. 70 and 71 A-2 *w msm^-^ym w;';:u' BASIS OF BEARINGS BENCHMARK^ /"f RLH'.HMATt* rOff~ " At U ARTIFICIAL FILL UNIHCUUENTf! NORTH MOMUMENI LEGEND. ___ _________ (•>'] m tlHLC? MWUktrm 1IWH) '.I.(.U LNi-.lt n» H/^ l»0:i 1.0] '(.• ^fh-u-' UQHUUtNl SlMUMI, I <i S1U3 'r'l H W/1P JOJJJ '( I li> ilh'lf' UONUULNf MAUI'Lb fil.t Sti4.W 'IK I'AKCCL M-*^ Ml M) .I/-C -^ilM Wi-'i IV.-'()(bt' SMMKjJI (TCL bl66 PCH PAHCEl (n n> './I.T.T wuw^wr^r SI^MJ-KI L', s/*e if.fi MICH MAP i if; f\ D CREIACEOUS POlHI LOWA FORMATION (CIRCLED WHERE BURIED) MAP SYMBOLS O GEOLOGIC CONTACT (DASHED WHCRl APPROXIMATE DOITED WHERE BURIED "* QUERIED WHERE UHCtBIAW) B-6rD=l0.5'^ *PPROXIWATE tOCATOH OF EXPLORATORY BORING WITH TOIAL DEPTH [IEET) INDICAJEU — APPROXIMATE LOCATION OF UNNAUtD INACTIVE FAUL! (IFICHTON, 1992) i p'ovidtd by Kennedy/Janks 2002. GEOTECHNICAL MAP Kennady/Janks - El Comino Reol Water PiBetween Cougar Drive and Forodoy Aver San Diego, California PWJTCl; 0«7SH»i GEOTECHNICAL BORING LOG KEY Date Project Sheet 1 of 1 ct ing Co. Diameter ition Top of Hole +/- KEY TO BORING LOG GRAPHICS Drive Weight ft. Ref. or Datum Project No. Type of Rig Drop in.E 1 evat i on(feet) 1Depth 1(feet)o — in •«— 9*;Graph i cLogV///f y$*A A A iA A A AA A A W 1 1 // v/t ^> 1 I 1 Y/$- S. r\ 't — v 3 V>' C 0' . -°°i- c w$. . . . TT.-. -^-== i_n_rzjz fcT*7'mi£^ \_ s ///,$• /// Ul01 o -Hi 10 <£wx> 01 <U(/) GROl TA] Ol §8 Q. 3 SPT SAMPI I CAL SAMPI .NDWA I .EAT! 5RILLI •3\ 01 UQ a 3) .E ,E FER ME JG MoistureContent (X) |2 _co CL CH OL-OH ML MH CL-ML ML-SM CL-SC SC-SM SW SP SM SC GW GP GM GC GEOTECHNICAL DESCRIPTION Logged By Sampled By Inorganic clay of low to medium plasticity; gravelly clay; sandy clay; silty clay; lean clay Inorganic clay or high plasticity; fat clay Organic clay, silt or silty clay-clayey silt mixtures Inorganic silt; very fine sand; silty or clayey fine sand; clayey silt with low plasticity Inorganic silt; diatomaceous fine sandy or silty soils; elastic silt Low plasticity clay to silt mixture Sandy silt to silty sand mixture Sandy clay to clayey sand mixture Clayey sand to silty sand mixture Well graded sand; gravelly sand, little or no fines Poorly graded sand; gravelly sand, little or no fines Silty sand; poorly graded sand-silt mixture Clayey sand; poorly graded sand; clay mixture Well graded gravel; gravel-sand mixture, little or no fines Poorly graded gravel; gravel-sand mixture, little or no fines Silty gravel; gravel-sand-silt mixture Clayey gravel; gravel-sand-clay mixture Sandstone Siltstone Claystone Breccia (angular gravel and cobbles or matrix-support conglomerate) Conglomerate (rounded gravel and cobble clast-supported) Igneous granitic or granitic type rock Metavolcanic or metamorphic rock Artificial or man-made fill Asphaltic concrete Portland cement concrete - 505AOV77)LEIGHTON & ASSOCIATES 8-21-02Date Project Drilling Co. _ Hole Diameter Elevation Top of Hole + /- 308 GEOTECHNICAL BORING LOG B-l Kennedy Jenk/ECR Cal Pac Drilling Sheet 1 of 1_ Project No. Type of Rig 040752-001 8 in.Drive Weight ft. Ref. or Datum 140 pounds Hollow-Stem Auger Drop 30 in. Mean Sea Level 1 evat i on(feet) 1LJ 305 300- 295- 290- 285- 280-Depth(feet)-- 5 — 10 — 15 — 20 — 25 — in c G(I& •, o '// I 0».0_j • 0, '/.'t,Notes0 <u a v> Bag-l @2'-5' 2 3 4 i°0^ Sfc 43 55 70 31-t- Ul^.C4-01 OQ Q.^/D> 0 100.3 ^2|S 11 £rE5 24.5 «~s»G^ _w*590) ML CL ML GEOTECHNICAL DESCRIPTION Logged By MDJ Sampled By MDJ @0-8": Asphaltic Concrete @8"-16": Aggregate Base ARTIFICIAL FILL (Undocumented ( Afu) @ 16": Sandy clayey SILT: Brown to gray-brown, damp to moist, dense @ 5': Sandy CLAY: Brown, moist, hard; porous, possible topsoil derived fill i CRETACEOUS POINT LOMA FORMATION ~ @ 8': Very fine sandy SILTSTONE with clay: Orange-brown, damp, hard @ 10': Very fine sandy SILTSTONE with clay: Orange-brown, damp, hard Total Depth = 11 Feet No ground water encountered at time of drilling Backfilled on 8/21/02 505AC11/77)LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-2 Date 8-21-02 Sheet of Project Drilling Co. Hole Diameter Elevation Top of Hole Sin. +/- 315 Kennedy Jenk/ECR Cal Pac Drilling Drive Weight ft. Ref. or Datum Project No. Type of Rig 140 pounds Mean Sea Level 040752-001 Hollow-Stem Auger Drop 30 in.Elevation(feet) 1315- 310- 305- 300- 295- 290- 2RS-Depth 1(feet)U .CO)&.3&Notes°-ta* 5 — 10 — 15 — 20 — 25 — 30 £^~ 6* 01 I(0c/> Bag-l @7"-2' 583"- £0(0 Q. 3t+• tfl/-^C<*-3£>^^ 3> Q MoistureContent (X)w~ ^u".—tn 'oBtn GEOTECHNICAL DESCRIPTION Logged Bv MDJ Sampled By MDJ @0-7": Asphaltic Concrete @ 7"-2': Aggregate Base @ 2': Encountered concrete, possible storm drain or slurry, practical refusal Total Depth = 2.5 Feet No ground water encountered at time of drilling Backfilled on 8/21/02 - - - - - 505AC11/77)LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-3 Date 8-21-02 Project Drilling Co. Hole Diameter 8 in. Elevation Top of Hole +/- 315 Kennedy Jenk/ECR Cal Pac Drilling Drive Weight ft. Ref. or Datum Sheet 1 of 1 Project No. 040752-001 Type of Rig Hollow-Stem Auger 140 pounds Drop 30 in. Mean Sea Level E 1 evat i on(feet) 1315- 310- 305- 300- 295- 290- 78^-Depth 1(feet) |o -CO)0.0(0-1 CO in<u+-o 0 mm 5 — 10 — 15 — 20 — 25 — in — ^T, " ""= " o'_ •oz (U a CO gl8"- 5fe0. 31+• W/^.CH-OI 0o a\^3» a MoistureContent (*) |in~ > G" — V> o3V) GEOTECHNICAL DESCRIPTION Logged By MDJ Sampled By MDJ @0-8": Asphalt Concrete @8"-2': Class 2 Aggregate Base \@ T: Encountered concrete, practical refusal 7 Total Depth = 2 Feet No ground water encountered at time of drilling Backfilled on 8/21/02 - - - - - 505A(11/77)LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-4 Date 8-21-02 Project Drilling Co. Hole Diameter 8 in. Elevation Top of Hole +/- 303 Kennedy Jenk/ECR Cal Pac Drilling Drive Weight ft. Ref. or Datum Sheet 1 of 1 Project No. 040752-001 Type of Rig Hollow-Stem Auger 140 pounds Drop 30 in. Mean Sea Level c ^_-*- dj »^c2_—^ UJ 300- 295- 1Qf\2yO 2SS- 280- 275- -C~4— "•"" Q^ j^(Ut?LQ^ 0 — H - - 5 — - 10 — - 15 — ~ 20 - 25 — - | ', / // / / /, U £.a10i. •~« o^/i ^ -.- D>0_1 • ^T o t " "cf1 U)01+.0z ,I J1 6 ft\w nu. CO \[ r Bag-2 82.5'-5 3 1 4 j 5 .,[r1r tng3i?o"- — Au_ 29 1 21 28 24 ! so/r D) C 4~0) Ua a a 98.9 99.6 93.8 ^a»£ P "^ O ^™ ™* Ou 24.2 14.0 25.2 *^^ — *CJ - * •~~ ^n08 CL ML CL SM GEOTECHNICAX DESCRIPTION Logged By MDJ Sampled By MDJ @0-8.5": Asphalt Concrete @8:5"-2': Aggregate Base ARTIFICIAL FILL (Undocumented) (Afu) @ 2': Sandy silty CLAY: Orange-brown to brown, moist, very stiff @ 5': Clayey SILT with clay: Orange-brown, moist, very stiff @ 7.5': Silty CLAY: Brown, moist, very stiff @ 10': Silty CLAY: Brown to black, moist, very stiff; slighdy porous, possible topsoil CRETACEOUS POINT LOMA FORMATION @ 13': Silty SANDSTONE: Light brown, damp, very dense @ 15': Well-cemented layer or concretion \@ 15': Two ring sluff, two rings formation \Practical refusal at 15.5' Total Depth = 15.5 FeetNo ground water encountered at time of drilling Backfilled: 8/12/02 - [ - 505A(11/77)LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-5 Date 8-21-02 Project Drilling Co. Hole Diameter Elevation Top of Hole Sin. +/- 296 Kennedy Jenk/ECR Cal Pac Drilling Drive Weight ft. Ref. or Datum Project No. Type of Rig 140 pounds Mean Sea Level 040752-001 Hollow-Stem Auger Drop 30 in.1 evat i on(•feet) |LU 295- 290- 285- 280- 275- 270-Depth(feet)0 - - 5 — — 10 — - 15 — - 20 - •j e - 0 Q.O CO •i ' "' \'° ' "* "///./ '/// ///V yfa/ %s U)OJ-f-o d 01 Q. CO 1Bag-2 @2M'| 3 f 4 1 |8 ~~ /Qj T! J 44 1 38 98 C-+-0) 0 °>3 a 95.9 loisturentent (X) |CJ 25.5 •10 ^^ CO o ^^CO CL ML GEOTECHNICAL DESCRIPTION Logged By MDJ Sampled By MDJ @ 0-7.5": Asphalt Concrete @ 7.5"-2.5': Aggregate Base ARTIFICIAL FILL (Undocumented) (Afu) @ 2.5': Silty CLAY with sand: Brown, moist, hard @ 5': Silty CLAY with sand: Brown, moist, hard CRETACEOUS POINT LOMA FORMATION @ 7': Clayey SILTSTONE with very fine SAND: Green, damp, hard; fracture infilled with calcium carbonate Total Depth = 9 Feet No ground water encountered at time of drilling Backfilled on 8/21/02 - " - - - 505AC11/77)LEIGHTON & ASSOCIATES GEOTECHNICAL BORING LOG B-6 Date Project Drilling Co. Hole Diameter Elevation Top 8-21-02 of Hole 8in. +/- 279 Kennedy Jenk/ECR Cal Pac Drilling Drive Weight ft. Ref. or Datum 140 pounds Mean Sheet 1 Project No. Type of Rig Sea Level of 1 040752-001 Hollow-Stem Drop Auger 30 in. c • +~ >tS!—^ LU 275 270- 265- 260- 255- 250- "a^<U,|f^r^ 0 — - - 5 — _ - — 10 — - - 15 — - 20 — - 25 — - C £a (I •;•. 0 ) LO_J •^4 a°°' T ~ in01•f-oz o 0) Q_ (/) 1 c1 1 Bag 2 @2'-5' [ 3 [ 1 Ul °gu. "™" £_ flU, 70 1 88 I 98 ^- 0) OO Q. 3) Q 102.0 QjS "^"c^ di '°c 0 23.0 :2 u" C/i __ *08 SM/ML ML ML GEOTECHNICAL DESCRIPTION Logged By MDJ Sampled By MDJ @0-7": Asphalt Concrete @7"-2': Aggregate Base CRETACEOUS POINT LOMA FORMATION @ 2.0': Silty very fine SANDSTONE with clay to very fine sandy SILTSTONE with clay: Orange-brown, damp, very dense to hard; iron-oxided stained - @ 5': Very fine sandy SILTSTONE with clay: Orange-brown to brown, damp, hard @ 6.5': Cemented layer - @ 10': Very fine sandy SILTSTONE: Orange-brown, damp, dense; iron-oxided \ stained f Total Depth = 10.5 Feet No ground water encountered at time of drilling Backfilled on 8/2 1/02 - - - - - • - 505AO1/77)LEIGHTON & ASSOCIATES 040752-001 APPENDIX C Laboratory Testing Procedures and Test Results Chloride Content: Chloride content was tested in accordance with Caltrans Test Method CT422. The results are presented below: Sample Location B-l @ 2-5 Feet B-4 @ 2.5-5 Feet B-5 @ 2-4 Feet B-6 @ 2-5 Feet Chloride Content, ppm 213 141 139 206 Chloride Attack Potential* Threshold Threshold Threshold Threshold *per City of San Diego Program Guidelines for Design Consultant, 1992. Expansion Index Tests: The expansion potential of selected materials was evaluated by the Expansion Index Test, U.B.C. Standard No. 18-2 and/or ASTM Test Method 4829. Specimens are molded under a given compactive energy to approximately the optimum moisture content and approximately 50 percent saturation or approximately 90 percent relative compaction. The prepared 1-inch thick by 4-inch diameter specimens are loaded to an equivalent 144 psf surcharge and are inundated with tap water until volumetric equilibrium is reached. The results of these tests are presented in the table below: Sample Location B-4 @ 2.5-5 Feet Sample Description Gray-olive sandy lean CLAY Compacted Dry Density (pcf) 99.6 Expansion Index 70 Expansion Potential Medium Moisture and Density Determination Tests: Moisture content (ASTM Test Method D2216) and dry density determinations were performed on relatively undisturbed ring samples obtained from the test borings and/or trenches. The results of these tests are presented in the boring and/or trench logs. Where applicable, only the moisture content was determined from disturbed samples. C-l 040752-001 Laboratory Testing Procedures and Test Results (Continued) Minimum Resistivity and pH Tests: Minimum resistivity and pH tests were performed in general accordance with Caltrans Test Method CT643 for Steel or CT532 for concrete and standard geochemical methods. The results are presented in the table below: Sample Location B-l@ 2-5 Feet B-4 @ 2.5-5 Feet B-5 @ 2-4 Feet B-6 @ 2-5 Feet Sample Description Gray-olive sandy lean CLAY Gray-olive sandy lean CLAY Gray-olive lean CLAY Gray-olive lean CLAY with sand pH 8.11 8.25 8.05 7.92 Minimum Resistivity (ohms-cm) 1786 962 893 756 "R"-Value: The resistance "R"-value was determined by the California Materials Method CT301 for base, subbase, and basement soils. The samples were prepared and exudation pressure and "R"-value determined. The graphically determined "R"-value at exudation pressure of 3 00 psi is reported. Sample Number B- 1,2-5 Feet Sample Description Olive sandy lean CLAY R-Value 16 Soluble Sulfates: The soluble sulfate contents of selected samples were determined by standard geochemical methods (Caltrans Test Method CT417). The test results are presented in the table below: Sample Location B-l@ 2-5 Feet B-4 @ 2.5-5 Feet B-5 @ 2-4 Feet B-6 @ 2-5 Feet Sample Description Gray-olive sandy lean CLAY Gray-olive sandy lean CLAY Gray-olive sandy lean CLAY Gray-olive lean CLAY with sand Sulfate Content (%) <0.015 <0.06 0.015 <0.015 Potential Degree of Sulfate Attack* Negligible Negligible Negligible Negligible * Based on the 1997 edition of the Uniform Building Code, Table No. 19-A-4, prepared by the International Conference of Building Officials (ICBO, 1997). C-2 E Q F A U L T Version 3.00 DETERMINISTIC ESTIMATION OF PEAK ACCELERATION FROM DIGITIZED FAULTS JOB NUMBER: 040785-001 DATE: 08-30-2002 JOB NAME: EL CAMINO REAL @ COUGAR DRIVE CALCULATION NAME: Analysis FAULT-DATA-FILE NAME: C:\Program Files\EQFAULTl\CdmgfIte (Modified RCFZ).dat SITE COORDINATES: SITE LATITUDE: 33.1415 SITE LONGITUDE: 117.2775 SEARCH RADIUS: 100 mi ATTENUATION RELATION: 13) Boore et al. (1997) Horiz. - Vs = 750 m/s UNCERTAINTY (M=Median, S=Sigma): M Number of Sigmas: 0.0 DISTANCE MEASURE: cd_2drp SCOND: 0 Basement Depth: 5.00 km Campbell SSR: Campbell SHR: COMPUTE PEAK HORIZONTAL ACCELERATION FAULT-DATA FILE USED: C:\Program Files\EQFAULT1\CdmgfIte (Modified RCFZ).dat MINIMUM DEPTH VALUE (km): 0.0 EQFAULT SUMMARY DETERMINISTIC SITE PARAMETERS Page 1 ABBREVIATED FAULT NAME ROSE CANYON NEWPORT-INGLEWOOD (Offshore) ELSINORE-JULIAN ELSINORE-TEMECULA CORONADO BANK ELSINORE-GLEN IVY PALOS VERDES EARTHQUAKE VALLEY SAN JACINTO-ANZA SAN JACINTO-SAN JACINTO VALLEY CHINO-CENTRAL AVE . (Elsinore) NEWPORT-INGLEWOOD (L. A. Basin) SAN JACINTO-COYOTE CREEK WHITTIER ELSINORE-COYOTE MOUNTAIN COMPTON THRUST SAN JACINTO-SAN BERNARDINO ELYS IAN PARK THRUST SAN JACINTO - BORREGO SAN ANDREAS - San Bernardino SAN ANDREAS - Southern SAN JOSE PINTO MOUNTAIN SAN ANDREAS - Coachella CUCAMONGA SIERRA MADRE NORTH FRONTAL FAULT ZONE (West) BURNT MTN. CLEGHORN EUREKA PEAK SUPERSTITION MTN. (San Jacinto) NORTH FRONTAL FAULT ZONE (East) SAN ANDREAS - 1857 Rupture SAN ANDREAS - Mojave RAYMOND CLAMSHELL-SAWPIT I ELMORE RANCH I SUPERSTITION HILLS (San Jacinto) | VERDUGO I LACUNA SALADA I A DDDflYTMZi TITe\c lr£\UAllXLril £> DISTANCE mi (km) 6.8( 10.9) 8.8( 14.2) 22. 3( 35.9) 22. 3( 35.9) 22. 9( 36.8) 34. 9( 56.1) 39. 5( 63.5) 40. 4( 65.0) 45. 2( 72.7) 46. 3( 74.5) 49. 2( 79.2) 49. 3( 79.4) 49. 6( 79.8) 53. 4( 86.0) 54. 4( 87.5) 59. 0( 94.9) 60. 5( 97.3) 61. 2( 98.5) 62. 8( 101.1) 64. 2( 103.4) 64. 2( 103.4) 70. 2( 113.0) 71. 0( 114.3) 71. 4( 114.9) 72. 6( 116.8) 72. 9( 117.3) 75. 9( 122.2) 76. 2( 122.6) 78. 3( 126.0) 78. 9( 127.0) 79. 1( 127.3) 79. 5( 127.9) 82. 1( 132.1) 82. 1( 132.1) 82. 4( 132.6) 82. 5( 132.7) I 82. 7( 133.1) | 83. 8( 134.8) | 85. 1( 137.0) | 85. 7( 137.9) | [ESTIMATED MAX. EARTHQUAKE EVENT I — —i I MAXIMUM I EARTHQUAKE 1 MAG. (Mw) I 7.0 1 6.9 1 7.1 I 6.8 7.4 6.8 7.1 6.5 7.2 6.9 6.7 6.9 6.8 6.8 6.8 6.8 6.7 6.7 6.6 7.3 7.4 6.5 7.0 7.1 7.0 7.0 7.0 6.4 6.5 6.4 6.6 6.7 7.8 7.1 6.5 6.5 6.6 6.6 6.7 7.0 PEAK EST. SITE SITE INTENSITY ACCEL . g 0.222 0.178 0.100 0.086 0 .115 0.061 0.065 0 .046 0.062 0.052 0 .054 0 .049 0.046 0.044 0 .043 0 .049 0.038 0.046 0.035 0 .049 0.052 0.037 0 .039 0 .041 0 .047 0.047 0 .045 0 .027 0 .028 0 .026 0 . 029 0 .037 0 .053 0 .037 0 .033 0 .032 0 .028 0 . 028 0 .035 0 .034 MOD . MERC . IX VIII VII VII VII VI VI VI VI VI VI VI VI VI VI VI V VI V VI VI V V V VI VI VI V V V V V VI V v V V V V V DETERMINISTIC SITE PARAMETERS Page 2 ABBREVIATED FAULT NAME LANDERS HOLLYWOOD HELENDALE - S. LOCKHARDT LENWOOD-LOCKHART-OLD WOMAN SPRGS BRAWLEY SEISMIC ZONE SANTA MONICA EMERSON So. - COPPER MTN. JOHNSON VALLEY (Northern) MALIBU COAST SIERRA MADRE (San Fernando) NORTHRIDGE (E. Oak Ridge) SAN GABRIEL DISTANCE mi ( km ) 86. 4{ 139.0) 87. 2( 140.3) 88. 2( 141.9) 91. 7( 147.5) 92. 0( 148.0) 92. 2( 148.4) 94. 3( 151.8) 94. 4( 152.0) 95. 1( 153.1) 98. 1( 157.9) 98. 7( 158.8) 99.9 ( 160.7) ESTIMATED MAX. EARTHQUAKE EVENT MAXIMUM | PEAK EARTHQUAKE! SITE MAG. (Mw) 7.3 6.4 7.1 7.3 6.4 6.6 6.9 6.7 6.7 6.7 6.9 7.0 ACCEL, g 0.039 0.030 0.035 0.038 0.023 0.031 0 .030 0.027 0 .032 0 .032 0.035 0 .030 EST. SITE INTENSITY MOD. MERC. V V V V IV V V V V V V V -END OF SEARCH- 52 FAULTS FOUND WITHIN THE SPECIFIED SEARCH RADIUS. THE ROSE CANYON FAULT IS CLOSEST TO THE SITE. IT IS ABOUT 6.8 MILES (10.9 km) AWAY. LARGEST MAXIMUM-EARTHQUAKE SITE ACCELERATION: 0.2222 g EQFAULT DETERMINISTIC ESTIMATION OF PEAK ACCELERATION FROM DIGITIZED FAULTS JOB NUMBER: 040785-001 DATE: 08-30-2002 JOB NAME: EL CAM I NO REAL @ COUGAR DRIVE CALCULATION NAME: Analysis FAULT-DATA-FILE NAME: C:\Program Files\EQFAULTl\CdmgfIte (Modified RCFZ).dat SITE COORDINATES: SITE LATITUDE: 33.1415 SITE LONGITUDE: 117.2775 SEARCH RADIUS: 100 mi ATTENUATION RELATION: 13) Boore et al. (1997) Horiz. - Vs = 750 m/s UNCERTAINTY (M=Median, S=Sigma): S Number of Sigmas: 1.0 DISTANCE MEASURE: cd_2drp SCOND: 0 Basement Depth: 5.00 km Campbell SSR: Campbell SHR: COMPUTE PEAK HORIZONTAL ACCELERATION FAULT-DATA FILE USED: C:\Program Files\EQFAULTl\CdmgfIte (Modified RCFZ).dat MINIMUM DEPTH VALUE (km): 0.0 EQFAULT SUMMARY DETERMINISTIC SITE PARAMETERS Page 1 ABBREVIATED FAULT NAME ================================ ROSE CANYON NEWPORT- INGLEWOOD (Offshore) ELSINORE- JULIAN ELSINORE-TEMECULA CORONADO BANK ELSINORE-GLEN IVY PALOS VERDES EARTHQUAKE VALLEY SAN JACINTO-ANZA SAN JACINTO-SAN JACINTO VALLEY CHINO-CENTRAL AVE. (Elsinore) NEWPORT-INGLEWOOD (L. A. Basin) SAN JACINTO-COYOTE CREEK WHITTIER ELSINORE-COYOTE MOUNTAIN COMPTON THRUST SAN JACINTO-SAN BERNARDINO ELYS I AN PARK THRUST SAN JACINTO - BORREGO SAN ANDREAS - San Bernardino SAN ANDREAS - Southern SAN JOSE PINTO MOUNTAIN SAN ANDREAS - Coachella CUCAMONGA SIERRA MADRE NORTH FRONTAL FAULT ZONE (West) BURNT MTN. CLEGHORN EUREKA PEAK SUPERSTITION MTN. (San Jacinto) NORTH FRONTAL FAULT ZONE (East) SAN ANDREAS - 1857 Rupture SAN ANDREAS - Mojave RAYMOND CLAMSHELL-SAWPIT ELMORE RANCH SUPERSTITION HILLS (San Jacinto) VERDUGO LACUNA SALADA 7\ DDDAVTMQTC1A r r KUX 1 MA 1 ti DISTANCE mi (km) ====:==::=:======= 6.8( 10.9) 8.8( 14.2) 22. 3( 35.9) 22. 3( 35.9) 22. 9( 36.8) 34. 9( 56.1) 39. 5( 63.5) 40.4 ( 65.0) 45. 2( 72.7) 46. 3( 74.5) ESTIMATED MAX. EARTHQUAKE EVENT MAXIMUM EARTHQUAKE MAG. (Mw) ========== 7.0 6.9 7.1 6.8 7.4 6.8 7.1 6.5 7.2 6.9 49. 2( 79.2) | 6.7 49. 3( 79.4) I 6.9 49. 6( 79.8) 53. 4( 86.0) 54. 4( 87.5) 59. 0( 94.9) 60. 5( 97.3) 61. 2( 98.5) 62. 8( 101.1) 64. 2( 103.4) 64. 2( 103.4) 70. 2( 113.0) 71. 0( 114.3) 71.4 ( 114.9) 72. 6( 116.8) 72. 9( 117.3) 75. 9( 122.2) 76. 2( 122.6) 78. 3( 126.0) 78. 9( 127.0) 79.K-127.3) 79. 5( 127.9) 82. 1( 132.1) 82. 1( 132.1) 82. 4( 132.6) 82. 5( 132.7) 82. 7( 133.1) 83. 8( 134.8) 85. 1( 137.0) 85. 7( 137.9) 6.8 6.8 6.8 6.8 6.7 6.7 6.6 7.3 7.4 6.5 7.0 7.1 7.0 7.0 7.0 6.4 6.5 6.4 6.6 6.7 7.8 7.1 6.5 6.5 6.6 6.6 6.7 PEAK SITE ACCEL, g ========== 0.374 0 .299 0.169 0.144 0.194 0.103 0 .109 0.078 0 .104 0 .087 0 .091 0 .083 0.078 0.074 0 .073 0.083 0 .064 0 .077 0 .058 0 .083 0 .088 0.062 0 .066 0 .069 0.079 0.078 0 .076 EST. SITE INTENSITY MOD . MERC . ========= IX IX VIII VIII VIII VII VII VII VII VII VII VII VII VII VII VII VI VII VI VII VII VI VI VI VII VII VII 0.045 VI 0.047 | VI 0.044 | VI 0.049 VI 0.062 VI 0 . 089 VII 0.062 VI 0.055 VI 0.055 VI 0.047 VI 0.047 VI 0.059 VI 7.0 0.057 VI DETERMINISTIC SITE PARAMETERS Page 2 ABBREVIATED FAULT NAME a============ LANDERS HOLLYWOOD HELENDALE - S. LOCKHARDT LENWOOD-LOCKHART-OLD WOMAN SPRGS BRAWLEY SEISMIC ZONE SANTA MONICA EMERSON So. - COPPER MTN. JOHNSON VALLEY (Northern) MALIBU COAST SIERRA MADRE (San Fernando) NORTHRIDGE (E. Oak Ridge) SAN GABRIEL APPROXIMATE DISTANCE mi (km) 86. 4( 139.0) 87. 2( 140.3) 88. 2( 141.9) 91. 7( 147.5) 92. 0( 148.0) 92. 2( 148.4) 94. 3( 151.8) 94. 4( 152.0) 95. 1( 153.1) 98. 1( 157.9) 98. 7( 158.8) 99.9 ( 160.7) ESTIMATED MAX. EARTHQUAKE EVENT MAXIMUM EARTHQUAKE MAG. (Mw) 7.3 6.4 7.1 7.3 6.4 6.6 6.9 6.7 6.7 6.7 6.9 7.0 PEAK SITE ACCEL, g 0 .066 0 .050 0.059 0.063 0 .039 0 .053 0 .050 0 .045 0 .054 0 .053 0 .059 0 .050 EST. SITE INTENSITY MOD. MERC. VI VI VI VI V VI VI VI VI VI VI VI it******************************************** -END OF SEARCH- THE ROSE CANYON 52 FAULTS FOUND WITHIN THE SPECIFIED SEARCH RADIUS. FAULT IS CLOSEST TO THE SITE. IT IS ABOUT 6.8 MILES (10.9 km) AWAY. LARGEST MAXIMUM-EARTHQUAKE SITE ACCELERATION: 0.3737 g CALIFORNIA FAULT MAP EL CAMINO REAL @ COUGAR DRIVE -25-- -50-- -75-- -100-- -125 -- 150 175 200 225 250 275 300 325 350 Leightonand Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 1 of 6 LEIGHTON AND ASSOCIATES, INC. GENERAL EARTHWORK AND GRADING SPECIFICATIONS FOR ROUGH GRADING 1.0 1.1 Intent: These General Earthwork and Grading Specifications are for the grading and earthwork shown on the approved grading plan(s) and/or indicated in the geotechnical report(s). These Specifications are a part of the recommendations contained in the geotechnical report(s). In case of conflict, the specific recommendations in the geotechnical report shall supersede these more general Specifications. Observations of the earthwork by the project Geotechnical Consultant during the course of grading may result in new or revised recommendations that could supersede these specifications or the recommendations in the geotechnical report(s). 1.2 The Geotechnical Consultant of Record: Prior to commencement of work, the owner shall employ the Geotechnical Consultant of Record (Geotechnical Consultant). The Geotechnical Consultants shall be responsible for reviewing the approved geotechnical report(s) and accepting the adequacy of the preliminary geotechnical findings, conclusions, and recommendationsprior to the commencement of the grading. Prior to commencement of grading, the Geotechnical Consultant shall review the "work plan" prepared by the Earthwork Contractor (Contractor) and schedule sufficient personnel to perform the appropriate level of observation, mapping, and compaction testing. During the grading and earthwork operations, the Geotechnical Consultant shall observe, map, and document the subsurface exposures to verify the geotechnical design assumptions. If the observed conditions are found to be significantly different than the interpreted assumptions during the design phase, the Geotechnical Consultant shall inform the owner, recommend appropriate changes in design to accommodate the observed conditions, and notify the review agency where required. Subsurface areas to be geotechnically observed, mapped, elevations recorded, and/or tested include natural ground after it has been cleared for receiving fill but before fill is placed, bottoms of all "remedial removal" areas, all key bottoms, and benches made on sloping ground to receive fill. The Geotechnical Consultant shall observe the moisture-conditioningand processing of the subgradeand fill materials and perform relative compaction testing of fill to determine the attained level of compaction. The Geotechnical Consultant shall provide the test results to the owner and the Contractor on a routine and frequent basis. 3030.1094 Leightonand Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 2 of 6 1.3 The Earthwork Contractor: The Earthwork Contractor (Contractor) shall be qualified, experienced, and knowledgeable in earthwork logistics, preparation and processing of ground to receive fill, moisture-conditioning and processing of fill, and compacting fill. The Contractor shall review and accept the plans, geotechnical report(s), and these Specifications prior to commencement of grading. The Contractor shall be solely responsible for performing the grading in accordance with the plans and specifications. The Contractor shall prepare and submit to the owner and the Geotechnical Consultant a work plan that indicates the sequence of earthwork grading, the number of "spreads" of work and the estimated quantities of daily earthwork contemplated for the site prior to commencement of grading. The Contractor shall inform the owner and the Geotechnical Consultant of changes in work schedules and updates to the work plan at least 24 hours in advance of such changes so that appropriate observations and tests can be planned and accomplished. The Contractor shall not assume that the Geotechnical Consultant is aware of all grading operations. The Contractor shall have the sole responsibility to provide adequate equipment and methods to accomplish the earthwork in accordance with the applicable grading codes and agency ordinances, these Specifications, and the recommendations in the approved geotechnical report(s) and grading plan(s). If, in the opinion of the Geotechnical Consultant, unsatisfactory conditions, such as unsuitable soil, improper moisture condition, inadequate compaction, insufficient buttress key size, adverse weather, etc., are resulting in a quality of work less than required in these specifications, the Geotechnical Consultant shall reject the work and may recommend to the owner that construction be stopped until the conditions are rectified. 2.0 Preparation of Areas to be Filled 2.1 Clearing and Grubbing: Vegetation, such as brush, grass, roots, and other deleterious material shall be sufficiently removed and properly disposed of in a method acceptable to the owner, governing agencies, and the Geotechnical Consultant. The Geotechnical Consultant shall evaluate the extent of these removals depending on specific site conditions. Earth fill material shall not contain more than 1 percent of organic materials (by volume). No fill lift shall contain more than 5 percent of organic matter. Nesting of the organic materials shall not be allowed. If potentially hazardous materials are encountered, the Contractor shall stop work in the affected area, and a hazardous material specialist shall be informed i mmediately for proper evaluation and handling of these materials prior to continuing to work in that area. As presently defined by the State of California, most refined petroleum products (gasoline, diesel fuel, motor oil, grease, coolant, etc.) have chemical constituents that are considered to be hazardous waste. As such, the indiscriminate dumping or spillage of these fluids onto the ground may constitute a misdemeanor, punishable by fines and/or imprisonment, and shall not be allowed. 3030.1094 Leightonand Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 3 of 6 2.2 Processing: Existing ground that has been declared satisfactory for support of fill by the Geotechnical Consultant shall be scarified to a minimum depth of 6 inches. Existing ground that is not satisfactory shall be overexcavated as specified in the following section. Scarification shall continue until soils are broken down and free of large clay lumps or clods and the working surface is reasonably uniform, flat, and free of uneven features that would inhibit uniform compaction. 2.3 Overexcavation: In addition to removals and overexcavations recommended in the approved geotechnical report(s) and the grading plan, soft, loose, dry, saturated, spongy, organic-rich, highly fractured or otherwise unsuitable ground shall be overexcavated to competent ground as evaluated by the Geotechnical Consultant during grading. 2.4 Benching: Where fills are to be placed on ground with slopes steeper than 5:1 (horizontal to vertical units), the ground shall be stepped or benched. Please see the Standard Details for a graphic illustration. The lowest bench or key shall be a minimum of 15 feet wide and at least 2 feet deep, into competent material as evaluated by the Geotechnical Consultant. Other benches shall be excavated a minimum height of 4 feet into competent material or as otherwise recommended by the Geotechnical Consultant. Fill placed on ground sloping flatter than 5:1 shall also be benched or otherwise overexcavated to provide a flat subgrade for the fill. 2.5 Evaluation/Acceptance of Fill Areas: All areas to receive fill, including removal and processed areas, key bottoms, and benches, shall be observed, mapped, elevations recorded, and/or tested prior to being accepted by the Geotechnical Consultant as suitable to receive fill. The Contractor shall obtain a written acceptance from the Geotechnical Consultant prior to fill placement. A licensed surveyor shall provide the survey control for determ ining elevations of processed areas, keys, and benches. 3.0 Fill Material 3.1 General: Material to be used as fill shall be essentially free of organic matter and other deleterious substances evaluated and accepted by the Geotechnical Consultant prior to placement. Soils of poor quality, such as those with unacceptable gradation, high expansion potential, or low strength shall be placed in areas acceptable to the Geotechnical Consultant or mixed with other soils to achieve satisfactory fill material. 3.2 Oversize: Oversize material defined as rock, or other irreducible material with a maximum dimension greater than 8 inches, shall not be buried or placed in fill unless location, materials, and placement methods are specifically accepted by the Geotechnical Consultant. Placement operations shall be such that nesting of oversized material does not occur and such that oversize material is completely surrounded by compacted or densified fill. Oversize material shall not be placed within 10 vertical feet of finish grade or within 2 feet of future utilities or underground construction. 30301094 Leighton and Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 4 of 6 3.3 Import: If importing of fill material is required for grading, proposed import material shall meet the requirements of Section 3.1. The potential import source shall be given to the Geotechnical Consultant at least 48 hours (2 working days) before importing begins so that its suitability can be determined and appropriate tests performed. 4.0 Fill Placement and Compaction 4.1 Fill Layers: Approved fill material shall be placed in areas prepared to receive fill (per Section 3.0) in near-horizontal layers not exceeding 8 inches in loose thickness. The Geotechnical Consultant may accept thicker layers if testing indicates the grading procedures can adequately compact the thicker layers. Each layer shall be spread evenly and mixed thoroughly to attain relative uniformity of material and moisture throughout. 4.2 Fill Moisture Conditioning: Fill soils shall be watered, dried back, blended, and/or mixed, as necessary to attain a relatively uniform moisture content at or slightly over optimum. Maximum density and optimum soil moisture content tests shall be performed in accordance with the American Society of Testing and Materials (ASTM Test Method D1557-91). 4.3 Compaction of Fill: After each layer has been moisture-conditioned, mixed, and evenly spread, it shall be uniformly compacted to not less than 90 percent of maximum dry density (ASTM Test Method Dl 557-91). Compaction equipment shall be adequately sized and be either specifically designed for soil compaction or of proven reliability to efficiently achieve the specified level of compaction with uniformity. 4.4 Compaction of Fill Slopes: In addition to normal compaction procedures specified above, compaction of slopes shall be accomplished by backrolling of slopes with sheepsfoot rollers at increments of 3 to 4 feet in fill elevation, or by other methods producing satisfactory results acceptable to the Geotechnical Consultant. Upon completion of grading, relative compaction of the fill, out to the slope face, shall be at least 90 percent of maximum density per ASTM Test Method Dl 557-91. 4.5 Compaction Testing: Field tests for moisture content and relative compaction of the fill soils shall be performed by the Geotechnical Consultant. Location and frequency of tests shall be at the Consultant's discretion based on field conditions encountered. Compaction test locations will not necessarily be selected on a random basis. Test locations shall be selected to verify adequacy of compaction levels in areas that are judged to be prone to inadequate compaction (such as close to slope faces and at the fill/bedrock benches). 3030.1094 Leightonand Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 5 of 6 4.6 Frequency of Compaction Testing: Tests shall be taken at intervals not exceeding 2 feet in vertical rise and/or 1,000 cubic yards of compacted fill soils embankment. In addition, as a guideline, at least one test shall be taken on slope faces for each 5,000 square feet of slope face and/or each 10 feet of vertical height of slope. The Contractor shall assure that fill construction is such that the testing schedule can be accomplished by the Geotechnical Consultant. The Contractor shall stop or slow down the earthwork construction if these minimum standards are not met. 4.7 Compaction Test Locations: The Geotechnical Consultant shall document the approximate elevation and horizontal coordinates of each test location. The Contractor shall coordinate with the project surveyor to assure that sufficient grade stakes are established so that the Geotechnical Consultant can determine the test locations with sufficient accuracy. At a minimum, two grade stakes within a horizontal distance of 100 feet and vertically less than 5 feet apart from potential test locations shall be provided. 5.0 Subdrain Installation Subdrain systems shall be installed in accordance with the approved geotechnical report(s), the grading plan, and the Standard Details. The Geotechnical Consultant may recommend additional subdrains and/or changes in subdrain extent, location, grade, or material depending on conditions encountered during grading. All subdrains shall be surveyed by a land surveyor/civil engineer for line and grade after installation and prior to burial. Sufficient time should be allowed by the Contractor for these surveys. 6.0 Excavation Excavations, as well as over-excavation for remedial purposes, shall be evaluated by the Geotechnical Consultant during grading. Remedial removal depths shown on geotechnical plans are estimates only. The actual extent of removal shall be determined by the Geotechnical Consultant based on the field evaluation of exposed conditions during grading. Where fill-over-cut slopes are to be graded, the cut portion of the slope shall be made, evaluated, and accepted by the Geotechnical Consultant prior to placement of materials for construction of the fill portion of the slope, unless otherwise recommended by the Geotechnical Consultant. 3030.1094 Leightonand Associates, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 6 of 6 7.0 Trench Backfills 7.1 The Contractor shall follow all OHSA and Cal/OSHA requirements for safety of trench excavations. 7.2 All bedding and backfill of utility trenches shall be done in accordance with the applicable provisions of Standard Specifications of Public Works Construction. Bedding material shall have a Sand Equivalent greater than 30 (SE>30). The bedding shall be placed to 1 foot over the top of the conduit and densified by jetting. Backfill shall be placed and densified to a minimum of 90 percent of maximum from 1 foot above the top of the conduit to the surface. 7.3 The jetting of the bedding around the conduits shall be observed by the Geotechnical Consultant. 7.4 The Geotechnical Consultant shall test the trench backfill for relative compaction. At least one test should be made for every 300 feet of trench and 2 feet of fill. 7.5 Lift thickness of trench backfill shall not exceed those allowed in the Standard Specifications of Public Works Construction unless the Contractor can demonstrate to the Geotechnical Consultant that the fill lift can be compacted to the minimum relative compaction by his alternative equipment and method. 3030.1094 PROJECTED PLANE 1T01 MAXIMUM FROM TOE OF Store TO APPROVED GROUND NATURAL GROUND FILL SLOPE REMOVE UNSUITABLE MATERIAL BENCH HEIGHT 2'MIN, KEY DEPTH —15* MIN. LOWEST BENCH (KEY) FILL-OVER-CUT SLOPE NATURAL GROUND I— BENCH HEIGHT -16' MIN.—^i LOWEST BENCH' I— 2* MIN. KEY DEPTH REMOVE UNSUITABLE MATERIAL CUT FACE SHALL BE CONSTRUCTED PRIOR TO FILL PLACEMENT TO ASSURE ADEQUATE GEOLOGIC CONDITIONS CUT FACE TO BE CONSTRUCTED PRIOR TO FILL PLACEMENT \ OVERBUILT AND TRIM BACK PROJECTED PLANE 1 TO 1 MAXIMUM FROM TOE OF SLOPE TO APPROVED GROUND DESIGN SLOPE REMOVE NSUITABLE MATERIAL CUT-OVER-FILL SLOPE For Subdrains See Standard Detail C 2' MIN.—' KEY DEPTH BENCH HEIGHT LOWEST BENCH] BENCHING SHALL BE DONE WHEN SLOPES ANGLE IS EQUAL TO OR GREATER THAN 5:1 MINIMUM BENCH HEIGHT SHALL BE 4 FEET MINMUM FILL WIDTH SHALL BE 9 FEET (KEY) KEYING AND BENCHING GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS A uU REV. 4/11/86 FINISH GRADE SLOPE FACE vi 0' MIN.irir-_r.COMPACTED FILLir7 JETTED OR FLOODED GRANULAR MATERIAL • Oversize rock is larger than 8 inches in largest dimension. • Excavate a trench in the compacted fill deep enough to bury all the rock. • Backfill with granular soil jetted or flooded In place to fill all the voids. • Do not bury rock within 10 feet of finish grade. • Windrow of buried rock shaU be parallel to the finished slope fid.ELEVATION PROFILE ALONG WINDROW A-A' JETTED OR FLOODED GRANULAR MATERIAL OVERSIZE ROCK DISPOSAL GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS B 4/95 NATURAL GROUND BENCHING REMOVE UNSUITABLE MATERIAL - COMPACTED FILL : V MIN. OVERLAP FROM THE TOP HOG RING TIED EVERY 6 FEET CALTRANS CLASS II PERMEABLE OR #2 ROCK~ (9FT.3/FT.) WRAPPED IN FILTER FABRIC APPROVED EQUIVALENT) CANYON SUBDRAIN OUTLET DETAIL FILTER FABRIC (MIRAF1140 ORV \ / APPROVED \COLLECTOR PIPE SHALL PERFORATED PIPE 6-* MIN. BE MINIMUM 6* DIAMETER SCHEDULE 40 PVC PERFORATED PIPE. SEE STANDARD DETAIL D FOR PIPE SPECIFICATION DESIGN FINISHED GRADE 'I 10' MIN. BACKFILL .NON-PERFORATED 6> MIN. \- 5' MIN FILTER FABRIC (MIRAFI140OR APPROVED EQUIVALENT) *2 ROCK WRAPPED IN FILTER 'FABRIC OR CALTRANS CLASS II PERMEABLE. CANYON SUBDRAINS GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS C ^» _JU 4/B5 OUTLET PIPES 4"$ NON-PERFORATED PIPE, 100' MAX. O.C. HORIZONTALLY, 30' MAX. O.C. VERTICALLY BACKCUT 1:1 OR FLATTER 2' MIN. POSITIVE SEAL SHOULD BE PROVIDED AT THE JOI OUTLET PIPE (NON-PERFORATED) CALTRANS CLASS II PERMEABLE OR #2 ROCK (3FT.VFT.) WRAPPED IN FILTER FABRIC 12* MIN. OVERLAP FROM THE TOP HOG RING TIED EVERY 6 FEET FILTER FABRIC (MIRAFI 140 OR APPROVED EQUIVALENT) T-CONNECTION FOR COLLECTOR PIPE TO OUTLET PIPE • SUBDRAIN INSTALLATION - Subdrain collector pipe shall be installed with perforations down or, unless otherwise designated by the geotechnicaJ consultant Outlet pipes shall be non-perforated pipe. The subdrain pipe shall have at least 8 perforations uniformly spaced per foot. Perforation snafl be 1/4* to V&1 if drilled holes are used. All subdrain pipes shall have a gradient at least 2% towards the outlet • SUBDRAIN PIPE - Subdrain pipe shall be ASTM D2751, SDR 23.5 or ASTM D1527, Schedule 40, or ASTM D3034, SDR 23.5, Schedule 40 Polyvinyl Chloride Plastic (PVC) pipe. • All outlet pipe shall be placed in a trench no wider than twice the subdrain pipe. Pipe shall be in soil of SE>30 jetted or flooded in place except for the outside 5 feet which shall be native soil backfill. BUTTRESS OR REPLACEMENT FILL SUBDRAINS GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS D uu 4/95 APPENDIX "F" TRAFFIC CONTROL NOTES AND SIGNING AND STRIPING PLAN NOTES City of Carlsbad Contract No. 38431 TYPICAL CLOSING OF HALF ROADWAY 0) f OUISOE LHIC S A PAHKIIffi LAKE TMK IDIPORMr 1» PMnKfttHI AUKf XX VIC TO KfQSTfD KB 1WT1C CMITO. WIF * TYPICAL LANE AND SHOULDER CLOSURE-(bTaipawrTtopNWNG/mKMArziw "'•—"" -" — ^- -^—= — — 1APMHtt MMMNe SCN5 (SEE MOT 3; MXttiOE. WtfflHfi agg.fgr_Hgf ^* ' UTo-r h wzo-sfff tfh iw-fl&tfh ]J MPO? [f 1 (? (SEE rAMTlJI flOrTDt ciffM) T - "$ - PAfffflC 0? BKF lAW* ^%»»%; •-. •*'////////, ' • ^ m-2 soewAut <J> F OUTOTC LWC K A ftWWNC U« THEN lEVPOftWf "MO PMOHC/IDW AWAf SGNS AST TO EC POSIED «R IJIVTIC CW7MI «"t I. TYPICAL LANE CLOSURE WITH REVERSIBLE CONTROL L Ifxf. Hfttx. i, —__pMX _L— II—. "11-^ -IlTl - ^*- DIRECTION OT TRAVO. ). PORTABLE SIGN TRAFFIC CONE/DELINEATOR t TYPE I BARRICADE |" FLAGGER Y njkG TREE <« FLASHING ARROW SICH -*- PORTABLE a»SHING BEACON(ffl SOUS I»K P) ' ' K-RAIL {nft » cwont MWBH) fCMSl CHANGEABLE MESSAGE SIGN K-RAIL (CONCRETE BARRIER TYPE 50) TYPICAL SIDEWALK CLOSUEE ui-t nnxu*_ g-p-lr INF »3-ii APPROACHSPKD(H.P.H.) 25 30 35 40 45 50 55 SO U1NIMUUTAPER l£NGTM V 125 180 245 320 5« GOO 660 72D MINIMUMNUMBER OFCONES FORTAPES • UAXIMUUSPACING OFCONES ALONGTAPER (ftEl)i 25 30 35 U 45 SO 55 60 MAXIMUMSPACING OfCONES ALONGTAHCSNT(rtO)i 50 60 70 BO 90 110 120 TRAFFIC CONTROL NOTES I. WORK HOURS TO BE RESTRICTED TO TO UNLESS APPROVED OTHERWSF,z PEDESTRIAN CONTROLS ML BE PROVIDED /is SHOHKj. PEDESTRIANS SHALL BE PROTECTED FROM ENTERING THE EXCAVATION sr PHtSCAl. BARRIERS DESIGNED. INSTALLED, AND MAINTAINED TO THESATISFACTION OF.m cm WONHR 4. TEMPORARY "HO PARKHG/lbw AWAY1 SIOIS STATING WE DATE AND TIME Of PROHIBITION Ml BE POSTED 72 HOURS PRIOK TO COMMENCING HORX. CAtl CARLSBAD POUCC DISPATCH AT (760)931-211? TO VALIDATE POSTING. 5. ACCESS UL BE MAINTAINED TO ALL DRIVCWIS (MISS OTHER ARRANGEMENTS 5. TROCHES HIST BE BAOffTLLED OR PLATED DURING NON-t/ORKINC HOURS UNLESS IMWL BARRIERS AJIC PROW®. K-RAIL IS APPROVED ONLY WENspEOFKALLr SHORN on THE APPROVED 'mmc COHTROL PLAN. PLATES SHALL HAVE CLUTS AND COLD UU AT THE EDCES AS APPROVED BY THE C/TY INSPECTOR. 7. STRHW KILL BE REPLACED 6Y THE CONTRACTOR *WN 24 HOURS, IF REMOVED OR DAMAGED.s HOOK THArHsniRai NORMAL mm SIGNAL TIMING OPERATIONS sHtu.ecCOORDINATED WTH THE an OF CARLSBAD. CONTACT STREETS DIVISIONAT ITeOj 434-2317 72 HOURS PRIOR TO COMUENONG WfflC J. TRAFflC SIGNALS SHAH. REMAIN FULLY ACTUATED AT AUL TIMES UNLESS OTHERIHSE APPROVED BY THE OTY ENGINEER OR HIS REPRESENT* TIVE IF TRAFFICSKHAL LOOP DETECTORS ARC RENDERED INOPERATIVE BY THE PROPOSED mm. UDEO DETECTION SHALL BE USED TO PROVIDE ACTUATION. 10. MIXERS SHALL BE KUVPED »TH A WTE HAW HAT. AN ORANGE VEST. ANO A 'STOP/SLOW PADDLE ON A i FOOT STAfF.11. AU. TRAFFIC CONTROL DEVICE! MUST BE MAINTAINED 24 HOURS A DAY. 7 OATS PER mEK. BY THE CONTRACTOR. 12 AU TRAFFIC CONTROL SHALL BE IH ACCORDANCE HfTH THE FEDERAL HiGHHAY ADMINISTRATION (FHWA) MANUAL OH UNIFORM TRAFT7C CONTROL DEWCES (UmCD) 2005 EDfflON AS /WENDED BY THE HUTCO 2003 CALIFORNIA SUPFtEMEXlT.II TRAWC CONTROL PLAN SUBMITTALS ARE REWIRED FOB EACH PHASE OF THE fORK IN THE DETAIL, FORUAT, AND OUAUIY UUSTRATEO ON THIS SHEET. 14. ALL TRAFTTC CONTROL DEVICES SHALL BE REMOVED FROM VIEW OR COVERED KHEN. NOf H USE .. • . IS THE CITY ENGINEER OR HIS REPRESENTATIVE HAS THE AUTHORITY TO INITIATE FIELD CHANCES TO INSURE PUBLIC SAFETY. 15. ALL WORK AFFECTING BUS STOPS SHALL BE COORDINATED WTH M»TH COUNTY TRANSIT DISTRICT. CONTRACTOR SHALL CALL WCTD AT (7EO) $67-2825 AT LEAST 72 HOURS IN ADVANCE OF STARTWC KBK 17. CHANGEABLE MESSAGE SIGNS SHALL BE USED IH ADVANCE OF TRAFFIC CONTROL ON MAJOR AND PRIME ARTERIAL? UNLESS OTHERMSE APPROVED. THESE SGNS S4AU BE SHOW/ ON THE TRAFFIC CONTROL PLAN. TABLE 2: BUFFER SPACE. U SIGNAGE NOTES . I. AT LEAST ONE PERSON SHALL 8E-ASSIGNED TO FULL TIME UA/NTEN/WCE OF TRAFnC CONTROL ' DEUCES ON ALL NIGHT LANf CLOSURES Z ALL IMRNINC SIGNS FOR NIGHT LANE CLOSURES SHALL BE ILLUMINATED OR RfFtECTCWIZEC AS SPECIFIED IN THE SPECIFICATIONS J. ALL ADVANCE HHRNINC SIGN INSTALLATIONS SHAH BE EQUIPPED HTH FLAGS FOR DAWWE CLOSURES OF ALL MAJOR AND PRIME ARTERIAL! FLASHING BEACONS SHALL BE USED DURING NIGHT LANE CLOSURES. 4 A C20-2 "END ROAD WORK' SIGN SHALL BE PLACED AT THE END OF THE LANE CLOSURE UNLESS THE END OF THE IVOR* AREA IS OBVIOUS. OR ENDS WTHIN A LARGER PRDJiCT LIMITS. 5 ALL CONES USED FOR NIGHT LANE CLOSURES SHAU BE ILLUMINATED IRAFHC CONES OR FITTED WTH 13" REflEcnVT SLEEVES.6. FLASHING ARROIf SIGNS SHALL BE USED PER FHK4 MUICD 200J EDITION AS AMENDED BY THE UUTCO 2003 CALIFORNIA SUPPLEMENT. SILENT TYPE SHAU BE USED IN RESIDENTIAL AREAS. 7 THE MAWMUtf SPACING BETWEEN CONES IN A TAPER OB A TANGENT SHAU BE APPROXIMATELY AS SHOHN IN TABLE I. 8. ADDITIONAL ADVANCE FLACGERS SHALL BE REQUIRED WEN TRAFFIC QUEUES DEVELOP.fLAGGER STATIONS FOR KRK AT NIGHT SHALL BE ILLUMINATED AS NOTED IN SECTION 6C.20 OF IHE WUTCD.3. PLACE C30. fCA) "LANE CLOSED" SIGN AT MO'-IOOO1 INTERVALS THROUGHOUT EXTENDED WORK AREAS. 10. AU REQUIRED SIGNS WA T ARE TO BE LEFT IN PLACE OVER A WEEKEND OR HOLIDAY SHAU BE POST MOUNTED. II. CONSTRUCTION AREA TRAfTTC CONTROL DEVICESSHALL MEET THE PROVISIONS OF SECTION 12 OF THE MOST RECENT EDITION OF THE CALTRANS STANDARD SPECIFICATIONS. TABLE 3: SIGN SPACING, L, APPROACH ( U.P.H.) LESS WAN 25 25 TO 40 GREATER THAN 40 MINIMUM DISTANCE IH FEET Lj 8E1WEHSIGNS* 100' 350' 500' FROM LAST -9CH TO TAPER 100' 3501 500' CITY OF CARLSBAD APPKOVED_ TRAFFIC EMCINEER SHEET 1 CITY OF CARLSBAFlp^, _ENGlN£ERING_I)EPftRTHt:NT 11 PUBLIC WORKS DIRECTOR PE [OWN BY: _CHKO BY: _Rvwa BY., PROJECT ND CITY OF STANDARD NOTES FOR SIGNING AND STRIPING PLANS GENERAL NOTES: 1. The contractor is responsible for installation of a!! signing and striping. 2. All signing, striping and pavement markings shall conform to the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement, the Caltrans Standard Specifications (2002 or latest version thereof), these pians and the Special Provisions. 3. All signing and striping is subject to the approval of the Public Works Director or his representative, prior to installation. 4. Any deviation from these signing and striping pians shall be approved by the Engineer of Work and Public Works Director 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 Caitrans specifications and shall use encapsulated lens reflective sheeting (High Intensity 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 Public Works 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. Ail pavement legends shall be the latest version of the Caitrans stencils. 11. Limit lines and crosswalks shall be field located. Crosswalks shall have 10' inside dimension unless otherwise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends shall be thermoplastic unless otherwise specified. 13. Fire hydrant pavement markers shall conform to the MUTCD 2003 Edition as amended by the 2003 California Supplement and San Diego Regional Standard Drawing M-19. 14. All median noses and flares shall be painted yellow. 15. All signs shall be standard size as shown in the MUTCD 2003 Edition as amended by the 2003 California Supplement unless otherwise specified. 16. Sign posts shall be square perforated steel tubing with, breakaway base per San Diego Regional Standard Drawing M-45. 17. When a sign is attached to a pole, it shall be mounted using a standard City of Carlsbad approved mounting bracket with straps. 18. Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public Works Yard at 405 Oak Avenue. 19. Ail 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. 20. (if necessary) Where R4-7 sign and OM1-3 objeci marker are to be installed in a 2-foot wide median nose, the R4-7 sign be 18*x24* and foe OM1-3 object marker shall be I2*x12l<. Page 1 of 1 •f:\Transporiation\Forms\Signing and Striping Genera! Notes.dac\Revis»d 11.23.04 (BKW! APPENDIX "G" CITY OF CARLSBAD STANDARD ANTENNAE BASE DRAWING City of Carlsbad Contract No. 38431 STANDARD ANTENNA BASE DRAWING FOR SITES WITH RADIOS ONLY CEMENT CURB FINISH GRADE 6"PVC C-900 1'TVCTO VAULT 36* v 48" NOTES; # 1- HAVE ANTENNA LOCATION FIELD VERIFIED BYCMWD #2-ANTENNA- POLE-AND CABLE BY CMWD #3-RADIO PROGRAMMING BY CMWD TO RADIO IN VAULT••••••••••••••••••••••a SEE PAGE#2 4-5-06 STANDARD ANTENNA BASE DRAWING FOR SITES WITH RADIOS ONLY FINISH GRADE ft I 1"PVC TO TELEMETRY BOX UNDER GROUND VAULT APPENDIX "F" TRAFFIC CONTROL NOTES AND SIGNING AND STRIPING PLAN NOTES City of Carlsbad Contract No. 38431 TYPICAL CLOSING OF HALF ROADWAY npg L BET nai i] umStx wtMS sSS~l!S~l»eil •JJTT• i Li . Lj . LT j L^ .JiLi JiL U, , L,/fa i isi i/tu i. »fut I •"•' I i| -, T-4 .—7—. 4•o*^ V.N CD r o/rae UNE c A WMNC LVC T»N TDroftur "wo pjutnK/m ^wr swc «E TD ar POSTED PER ifAmc CONTROL WTF * TYPICAL LANE AM), SHOUIMER CLOSURE— — -IDigiPoWVMPA<i»i/Tl»AftrM- — — —= — — PMtWC M »ff UW at ann frr nnr n , u |(g&S,,| *& I -*« 1 I .. _ _.-.._, f ^ ."J , , ,' . T , ~ ~ . • . • JVL •_'_'' . eitfiul ? VJ^tj*y^ ' ^^ m fawMBf 'W faaaK/na MUV AH Q F OUTSIT lANT IS A PAOMG UW£ 1H£H TQIPORMTf "HO ftHKHC/KW XIWV SfOC AK TO BE POSTED PCX TJUfTK CONTROL NDTT *. TYPICAL LANE CLOSVKE 1HTH REVERSIBLE CONTROL HSSI - ^Lf LEGEND DIRECTION Of TRAVEL PORTABtE SIGN TRAFFIC CONE/DELWEATOfi TYPE I BARRICADE FLAGGER HAC TREE FLASHING ARROVI 3GN PORTABLE FLASHING BEACON(si sowa wit P) K-RAIL (riK u OMtKn tanX) CHANGEABLE UESSAGE SIGN K-RAIL (CONCRETE BARRIER TYPE 50) TYPICAL SIDEWALK CLOSURE SICTAUCo-t IMF w-n APPROACH SPtEfl (M.P.H.) 15 30 35 40 45 50 55 GO UIMUUU TAPES IINGTH 'L,' 125 1BO 245 370 546 ' GOO 6GO 730 wWcf CDHES FOR TWO* • . 1 1 3 1 UAXIUUUSPAONG OF CONES ALONGTAPER (FEET)* 25 30 35 40 45 50 55 GO UAttUUU SPACING OF CONES ALONGTANGtHT (FEET)* 50 60 70 BO 90 100 110 120 TRAFFIC CONTROL NOTES HORK HOURS ID BE RESTRICTED TO- APPROVED OTHBWSE.-TD_-UNLESS PEDESTRIAN CONTROLS mi er PRODDED AS SHOW.I PEDESTBMNS SHUi BC PROTECTED FROM ENTERING THE EXCAVATION BY PHYSICAL BARRIERS DESIGNED, HSJALLED. AND MAINTAINED TO THESATISFACTION of THE an ENGINEER«. TEMPOKAW Ko PARKING/TO* MM sens STATING THE DATE AND TIME of P/KWB7KW *Ll Bf POSTED 72 HOIKS PRIOR TO COMMENCING ItORX CALLCARLSEWO POLKS DISPATCH AT (mlsjt-mr TO VALIDATE POSTING.5. ACCESS Mil BE MAINTAINED TO ALL DRIVETMtS (MISS OTHER ARRANGEMENTSARE MADE 5. TRENCHES mm BC BACmLCD OR FLAW ttmc HCM-mmC HOURS UNLESSK-RAl EMSRTERS A/it PROVIDED. K-RAl IS APPROVED OHLY HHENspEOFKAur sHom OH we APPROVED TRAFFIC CONTROL PLAN. PLATES SHALLHAVE CLEATS fHO COLD MIX AF THE EDGES AS APPROVED BY THE CITY INSPECTOR.7. STRUNG MIL BE REPLACED Br THE CONTRACTOR MTHN 24 HOURS, FREMOVED OR DAMAGED.« HOOK THAF Bisnras NORMAL TRAFFIC SIGNAL now OPERATIONS SHALL BECOORMMTED Hm THE OTT OF CASLSBAO. CONTACT SWEETS DIVISION/ir (760J «4-aj7 tt HOURS PRIOR TO COMHENONC HORK.9. TRAtesnmis SHALL gEVANFiiur ACTUATED AT ALL TIMES, UNLESSOTHERMSE APPROVED Bf THE OTT £»CMD? OK HS IXPRESEMTAWE. f TRAFTKSKNAl LOOP OfTKTORS AK RENDERB) HOPBMTIVE BY THE PROPOSED HOfilCHDEO DE7ECTKW SHAU BE USED TO PROMOE ACTUATTOK.ID. fUCCJKT SHAU. BE fOUPPED WTH A WtTE HARD HAT. AH OKWCf VEST;AND A 'srop/aor PAOOI ON A 5 FOOT STAT.n. AU T&vnc cnrmoL DEVICES UUST BE uanufs 24 HOURS A DAr, 7 OAKP£» KEK BT THE CWTR/lcraR.12 All TRAfFIC CONTROL SHAU EC W ACCORDANCE WTH THE ftDCSAL HGHlUrUMNSTRATIOH mWAI tUHUAL ON 1MFORU TfMFTTC CONTROL OEVCES (UUTCO)X03 lOnOH AS MENDED BY THE HUTCD 2CO3 CAUFUMA SUPPUUENr.II TRAFFIC CONTROL PLAN SI/EMTTALS ARE REOUffiD FDR EACH PHASE ir M WRIT W THE OETAIU rORWAT, AND OUAUTTIWSTRATEU ON MS SHEET. 14. AU TRAFFIC CONTROL OEVCES SHAU K REMOVED FROU VTEW OR COVEREDmat NOT n use. . . . • . IS THE OTT OKHdH OR HB REPRESOirADVF HAS THE AUTHORITY TO HBATE FfLD CHANGES JO WSURE FtlBUC SAFETY. 15. AU MR* ATFCCmS BUS STOPS SHVi BE COORDINATED WTH NORTH COUNTY TRANSIT OSTRICr CONTRACTOR SHAU CAU NCTD AF (?&>) 9S7-ZS2B AT LEAST 72 HOURS H ADVANCE OF STARTWG KUK 17. CHANOEAEtl MESSAGE SKNS SHAU EC USED M ADVANCE OF TRAFFIC CONTRa ON MAJOR AND PRIME ARTEFHAIS, IMESS OMRWSE APPROVED. THESE SIGNS 9/AU EC SHOMN ON THE TRAFFIC CONTROL PLAH. TABLE 2: BUFFER SPACE. L SIGNAGE NOTES . I. AF LEAST ONE PERSON SHAU BE ASSIGNEDTO FUU TIME MAINTENANCE OF TRAFFIC CONTSO. 'DEUCES ON AU NIGHF UNE aOSURES 2 All IfARNWC SOTS FOR NICHT LANE CLOSURESSHALL BE HiWUWATED OR REFIECTCSISD ASSPEOFIED W THE SPCOFKA1IONS.J AU ADVANCE WARNING SIGN WSTAUAHONS SHAU Bf EOU/PPED WTH FLAGS FDR DAWIUE CLOSURES OF ALL MAJOR AND PRIME ARTEMALS.FLASHING BEACONS SHAU Bf USED DURINGWHF LANE CLOSURES.4. A S20-2 TOO ROAD KHIf STCN SHAU Bf PLACEDAF THE END OF THE LANE CLOSURE UNLESS IHE EM) Of THE WRIC AREA IS OBVIOUS. OR ENDSWTHIN A LARGER PROJECT L/M/TS.5. ALL CONES USED FOR NIGHT LAVE CLOSURES SHAUBE ILLUMINATED TRAFFIC CONES OR FITTED WTH13' REFUCUVE SLEEVCS.5. FLASHING ASSOIf SIGNS SHAU BE USED PER FHWMUTCD 2003 EDITION AS AMENDED BY IHE UU1CD2003 CAlfORNIA SUPPLEVENF. SILENT WE SHAUBE USED H RESCENTIAt AREAS. 7. THE UAXNUU SPACING BETHEL CONES JN A TAPER OR A TANGENT SHAU BE APPROJOMATHI' ASSHOW M TABLE I.8 ADDITIONAL ADVANCE FLAGGERS SHAU BEREOUWED KHEN TRAFFIC QUEUES DEVEIOP.FLACCER STATIONS FOR HDRIt AT NIGHT SHAU BEILLUMINATED AS NOTED IN SECTION 5C20 OF IHEUUTCD.9 PLACE CJO fCA) "LANE CLOSED' SIGN AF 500-IOWWIERVALS IHROUGHOUF EXTENDED mat AREAS 10. AU REOURED SIGNS THAT ARE TO BE LETT INPLACE OVER A HEEXEND OR HOUOAY SHAU flfPOST MOUNTED. II. CONSTRUCTION AREA TRAFFIC CONTROL DEVICESSHALL MEET THE PROVISIONS OF' SECTION 12 OF THE MOST RECENT EDITION OF THE CALIRANSSTANDARD SPECIFICATIONS R9-10 R4~7a C9A(CA) C30A(CA) TABLE 3: SIGN SPACING, APPROACH SPEED { U.P.H.) L£SS THAN 25 25 TO 40 GREATER THAN 40 MINIMUM DISTANCE IH FtlT L, BETWENSIGNS* 100' 3501 500' FROM LAST •SIGN TO TWER 100' 350' 500' 1 EXACT SPACING HM VAST DUE TO RtLD COND/HONS CITY OF CARLSBAD APPROVED for TRAFFIC ENGINEER DATE SHEET II CITY OF CARLSBAD N ENGINEERING DEPARTMENT SHEETS APPROWQ "UBL1C VORKS DIRECTOR PE EKPIRES 0 E OWN BY: 11 PROJECT NO. jlORAWNG NO.CHKH nv- RVUD BY. CITY OF STANDARD FOR SIGNING AND STRIPING PLANS GENERAL NOTES: 1. The contractor is responsible for installation of all signing and striping. 2. All signing, striping and pavement markings sha!i conform to the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement, the Caltrans Standard Specifications (2002 or latest version thereof), these plans and the Special Provisions. 3. Al! signing and striping is subject to the approval of the Public Works Director or his representative, prior to installation. 4. Any deviation from these signing and striping plans shall be approved by the Engineer of Work and Public Works Director prior to any change in the field. 5. All striping shall be reflective per Caitrans specifications. Striping shall be repainted two weeks after Initial painting, 6. All signage shall be reflective per Caltrans specifications and shail use encapsulated lens reflective sheeting (High Intensity 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 Public Works 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. Ail pavement legends shall be the latest version of the Caitrans stencils. 11. Limit lines and crosswalks shall be field located. Crosswalks shall have 10' inside dimension unless otherwise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends shall be thermoplastic unless otherwise specified. 13. Fire hydrant pavement markers shall conform to the MUTCD 2003 Edition as amended by the 2003 California Supplement and San Diego Regional Standard Drawing M-19. 14. All median noses and flares shall be painted yellow. 15. Ail signs shall be standard size as shown in the MUTCD 2003 Edition as amended by the 2003 California Supplement unless otheavise specified. 16. Sign posts shall be square perforated steel tubing with breakaway base per San Diego Regional Standard Drawing M-45. 17. When a sign is attached to a pole, it shall be mounted using a standard City of Carisbad approved mounting bracket with straps. 18. Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public Works Yard at 405 Oak Avenue. 19. Al! 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. 20. (if rweesMfy) Whers5"R4-? s^n and GM1-3 object marker are to te in a 2-fwft wide median nose, the R4-7 sign, shall be 1&"K24" and the OMI^.objett shall t» 12*x12". Page 1 of 1 H:\Transportation\Forms\Signing and Striping Genera! Notes.dodRevised 11.23.04 (BKM) APPENDIX "G" EL CAMINO REAL STRIPING PLAN City of Carlsbad Contract No. 38431 STRIPING NOTES: SCALE 1" = 60' 4" WHITE LANE LINE PER CALTRANS DETAIL 12 8" WHITE CHANNELIZING LINE PER CALTRANS DETAIL 38A 6" WHITE BIKE LANE LINE PER CALTRANS DETAIL 39 6" WHITE BIKE LANE INTERSECTION LINE PER CALTRANS DETAIL 39A (200' TYP.) 12" WHITE TWO-LINE CROSSWALK (THERMOPLASTIC), 10' INSIDE DIMENSION "BIKE LANE" PAVEMENT LEGEND AND ARROW (THERMOPLASTIC) TYPE IV (R) PAVEMENT ARROW (THERMOPLASTIC) SHEET 1 CITY OF CARLSBAD ENGINEERING DEPARTMENT SHEETS 1 EL CAMINO REAL 24'TRANSMISSION MAIN AND FLOW CONTROL STATK3H EL CAMINO REAL STRIPING APPROVED WILLIAM E. PLUMMER DEPUTY CITY ENGINEER PE 28776 EXPIRES 3/31/08 DATE OWN BY: . CHKD BY: RVWD BY: PROJECT NO. 3843 DRAWING NO. 406-1 APPENDIX "H" CITY OF CARLSBAD STANDARD ANTENNAE BASE DRAWING City of Carlsbad Contract No. 38431 STANDARD ANTENNA BASE DRAWING PAGE#I FOR SITES WITH RADIOS ONLY CEMENT CURB FINISH GRADE 6"PVC C-900 I'TVCTO VAULT NOTES: #1-HAVE ANTENNA LOCATION FIELD VERIFIED BY CMWD #2- ANTENNA- POLE-AMD CABLE BY CMWD #3-RADIO PROGRAMMING BY CMWD TO RADIO IN VAULT SEE PAGE#2 4-5-06 STANDARD ANTENNA BASE DRAWING PAGE #2 FOR SITES WITH RADIOS ONLY FINISH GRADE \ 1"PVC TO TELEMETRY BOX UNDER GROUND VAULT APPENDIX "I" CARLSBAD MUNICIPAL WATER DISTRICT STANDARD DRAWINGS W-26 - At Grade 2-Wire Test Station Anodes W-27 - Exothermic Weld Process W-28 - 2-Wire Station with Anodes Wiring Diagram as modified W-29 - Magnesium Anode as modified W-30 - Concrete Test Box W-31 - Buried Insulating Flange as modified W-32 - Mechanical Joint Bond as modified City of Carlsbad Contract No. 38431 WIRING AND INSTALLATION SEE DWG. NO. W28 GREEN AREA SIDEWALK 12" EXOTHERMIC WELD (TYP) SEE DWG. NO. W27- CML&TC STEEL REC WATER — -TO ANODE (SEE NOTE 1) 1-NO. 12 WHITE THWN ANODE LEAD - 2-NO. 8 BLACK HMWPE PIPE LEADS MAGNESIUM ANODE SEE DWG. NO. W29. N (2 REORD) SEE NOTE 1 6' MIN (SEE NOTE 2)t) WARNING TAPE NOTES: 7.7 ANODE SHOWN, 2 ARE REQUIRED. ANODES TO BE INSTALLED PARALLEL TO THE PIPE, 15 FEET APART IN AUGERED HOLES 12' DEEP. ANODE LEADS TO BE TRENCHED TO CTS AT A DEPTH OF 36". 2. INSTALL ANODES AT A 6' MINIMUM DISTANCE FROM PIPE. NO SCALE REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT AT GRADE 2-WIRE TEST STATION WITH ANODES ,•'"7o ;•:'.„6-04 CITY ENGINEER DATE STANDARD DWG. NO.W26 HANDLE PIPE SLEEVE GRAPHITE COVER STARTING POWDER METAL WELDING POWDER METAL DISC GRAPHITE MOLD WIRE I I Ezzi q STEP 7. F//./T STRUCTURE CONNECTION AREA (j IN x j /A/; TO £/*/?£ SH/A/X WfTVlZ. XW0 CZ.E/4/V. STEP 2. STRIP INSULATION FROM WIRE. ATTACH SLEEVE WHERE REQUIRED BY MANUFACTURER. STEP J. HOLD MOLD FIRMLY WITH OPENING AWAY FROM OPERATOR AND IGNITE WITH FLINT GUN. STEP 4. REMOVE SLAG FROM CONNECTION AND PEEN WELD FOR SOUNDNESS. STEP 5. COVER CONNECTION AND EXPOSED STRUCTURE SURFACE WITH A BITUMINOUS COATING COMPOUND. PLACE PLASTIC SHIELD CAP FIRMLY OVER CONNECTION. NOTES: 1. ALL WIRE WELDS SHALL BE MINIMUM J INCHES APART. 2. STANDARD WELD CARTRIDGES SHALL BE USED FOR STEEL SURFACES, NO SCALE REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT EXOTHERMIC WELD PROCESS .-• ~) CITY ENGINEER 6-04 DATE STANDARD DWG. NO.W27 CONCRETE TEST BOX, SEE DWG. NO. W30 BRASS SPLITBOLT (TYP) CONCRETE PAVEMENT OR PAD 24" SO X 4" THICK IN UNPAVED AREAS ONLY- NATIVE SOIL TO CtJL&TC STEjK PF9 WA r* A ANODES NO. 4 REBAR (ALL FOUR SIDES OF PAD ONL Y) 0.01 OHM SHUNT 18" SLACK WIRE (TYP) A VERY LABEL WIRE I.D. LEGEND WIRE A&B SIZE 2 - NO 8 HMWPE LABEL IDENTIFICATION STL/CML&TC RW /VOTES.- 7. NO WIRE OR CABLE SPLICES ARE PERMITTED EXCEPT AS INDICATED IN THE DRAWINGS OR AS SPECIFICALLY APPROVED BY THE ENGINEER. 2. WIRES SHALL BE TAGGED USING MINIMUM 10 PL FONT AND CONTAIN: PIPELINE MA TERIAL & SIZE DATE INSTALLED PIPELINE STATION NO. 3. PROVIDE 18" SLACK WIRE AT WELD TO PIPE AND COILED IN TEST BOX. NO SCALE REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2-WIRE TEST STATION WITH ANODES WIRING DIAGRAM CITY ENGINEER —... 6-04 DATE STANDARD DWG. NO.W28 C MAGNESIUM INGOT DIMENSIONS'.^^ ,5" X<&* X 2?' LONG INGOT WEIGH'T:(pUTLBS. PKGD WEIGHT: 1&5 LBS. (APPROX.) fS: A NODE LEAD THWN (WHITE) NO. 12 AWG STRANDED COPPER WIRE SILVER SOLDERED CONNECTION MAGNESIUM ALLOY INGOT GAL VAN/ZED STEEL CORE CLOTH BAG PACKAGED BACKFILL COMPOSITION: 75% GYPSUM 20% BENTONITE 5% SODIUM SULPHA TE CHEMICAL COMPOSITION (HIGH POTENTIAL) ELEMENT CONTENT % Aluminum Manganese Copper Nickle Iron Other Magnesium 0.010 0.50 TO I.JO 0.02 MAX 0.001 MAX 0.03 MAX 0.05 MAX BALANCE NO SCALE REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT MAGNESIUM ANODE CITY ENGINEER DATE STANDARD DWG. NO.W29 CAST IRON COVER MARKED AS SHOWN CONCRETE BODY COVER WEIGHT: 12 LBS. BODY WEIGHT: 54 LBS. 7/8" NOTES: 1. ALL AT GRADE TEST STATIONS SHALL BE THE CIRCULAR, CONCRETE; AT-GRADE TYPE WITH A METAL LID. A. BOTTOM OF TEST BOX SHALL BE NATIVE SOIL. B. A REINFORCED CONCRETE PAD (24" SQUARE X 4" THICK) IS REQUIRED AROUND TEST BOXES LOCATED IN UNPAVED AREAS. C. PLACE TEST BOX BEHIND SIDEWALK WITH APPROVAL OF CITY OF CARLSBAD. DO NOT PLACE IN STREET OR MEDIAN. NO SCALE REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT CONCRETE TEST BOX CITY ENGINEER 6-01 DATE STANDARD DWG. NO.W30 INSULATING MATERIALS: GASKET - TYPE "E" GW GLASS W/ RECT. 0-RING SLEEVE -GW GLASS WASHER -GW GLASS STEEL WASHER & NUT (BOTH SIDES)(2 PLS) INSULATING WASHER (BOTH SIDES) EXTERNAL PETROLATUM WAX TAPE WRAP SEE SPECIFICA TIONS INSULATING SLEEVE (FULL LENGTH)- INSULATING GASKET (TYPE E) THREADED STUD (2 PLS) EXOTHERMIC WELD PROCESS. (TYP) SEE DWG. NO. W27 SEE NOTE 7 NOTES: 1. FULL LENGTH INSULATING SLEEVES REQUIRED AT ALL THRU-FLANGE BOLTS OR STUDS. HALF LENGTH SLEEVES REQUIRED AT THREADED BOLT HOLES AT VALVE BONNET AND BASE. /" 2. INSTALL TEST BOX BEHIND CURB SIMILAR TO DETAIL 7 • ON THIS SHEET. NO SCALE REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT BURIED INSULATING FLANGE CITY ENGINEER DATE STANDARD OWG. NO.W3I FLEXIBLE COUPLING 2-BOND WIRES-A WG NO. 2 5TRD. COPPER WIRE (TYP) WITH HMWPE INSUL EXOTHERMIC WELD (TYP) SEE DWG. NO. W27 1-NO 6 AWG HMWPE (TYP) SEE NOTE 4 BEND SPOOL •NX;. 7- N,t TEE VALVE NOTES: 7. 2. J. 4. WO.0S SHALL BE J" APART MIN. ALL BOND WIRES SHALL BE INSTALLED AT MINIMUM LENGTHS. BOND WIRES SHALL NOT BE INSTALLED ACCROSS INSULATING JOINTS. BOND WIRE SIZE SHALL BE AWG NO 2. TWO ARE REQUIRED. ONE NO. 6 AWG HMWPE IS REQUIRED FROM PIPE TO VALVE BODY, SPOOL, COUPLING, AND TEE. NO SCALE REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT MECHANICAL JOINT BOND •&S <<7 - 60. CITY ENGINEER DATE STANDARD DWG. NO. W32 APPENDIX "J" STORM DRAIN MARKER City of Carlsbad - Contract Nos. 3843, 3920, & 3920-A 5"TEXT HEIGHT: I. MARKER SIZE; /2" x 12" APPENDIX "K" POTABLE AND RECLAIMED WATER METER FEES City of Carlsbad - Contract Nos. 3843, 3920, & 3920-A POTABLE AND RECLAIMED CONNECTION FEES: (Collected by City of Carlsbad Engineering Department) Meter Size 5/8" 3/4" 1" 1-1/2" 2" 3" 4" 6" 8" Fees by Meter Type Displacement $3,423.00 $4,878.00 $7,702.00 $14,547.00 $21,905.00 $38,507.00 $59,899.00 $111,241.00 $131,479.00 Turbo (All Irrigation Meters) N/A N/A N/A $16,912.00 $27,115.00 $59,314.00 $171,139.00 $342,279.00 $479,350.00 Turbine N/A N/A N/A N/A N/A N/A $101,682.00 $211,837.00 $244,118.00 METER & SDCWA FEES:(Collected by City of Carlsbad Engineering Department) Meter Size 5/8" Displacement Fire Protection - based on size of meter 3/4" Displacement 1 " Displacement 1-1/2" Displacement 1-1/2" Turbo 2" Displacement 2" Turbo Construction Meter 3" 4" 6" 8" Price Per Meter CMWD: 501-6310-5124 $160.00 Meter fee $190.00 $225.00 $365.00 $700.00 $470.00 $905.00 $50.00 Rental $834.00 'Deposit Actual cost Actual cost Actual cost Actual cost SDCWA System Capacity Charge (Fees set by SDWCA) CMWD: 501-0000-2351 $4,326.00 N/A $4,326.00 $6,922.00 $12,978.00 $12,978.00 $22,495.00 $22,495.00 N/A * 501-0000-2702 $39,874.00 $68,118.00 $68,118.00 Contact SDCWA Water Treatment Capacity Charge (Fees set by SDWCA) CMWD: 501-0000-2350 $166.00 N/A $166.00 $266.00 $498.00 $498.00 $863.00 $863.00 N/A * 501-0000-2702 $1,531.00 $2,615.00 $2,615.00 Contact SDCWA FEE SCHEDULE 09/01/07 PAGE. 32 APPENDIX "L" RIGHT OF ENTRY FORM City of Carlsbad - Contract Nos. 3843, 3920, & 3920-A CITY OF CARLSBAD PERMISSION FOR RIGHT OF ENTRY The City of Carlsbad requests permission to enter your property described as: NAME: Ross Barber & Mabel Barber STREET ADDRESS: 5592 El Camino Real, Carlsbad, CA 92008 ASSESSOR'S PARCEL NUMBER: 209-060-56 & 209-060-57 for the purposes of facilitating the construction of sidewalk and/or other street improvements along the frontage of your property. The construction may include clearing and grubbing, grading, preservation of existing drainage patterns, building supporting slopes and/or retaining walls, driveway modifications and other miscellaneous remedial work. The City will be responsible for all damages and liability arising from the City entering the property for the above stated reasons. The City shall perform all work in a professional manner per the approved plans and specifications. When completed, the City will restore the owners real property to a condition similar to the existing condition before the construction. The right of entry shall end when the City Council accepts the sidewalk/street construction work as complete based upon the recommendation by the City Engineer. Therefore, I hereby grant the City of Carlsbad, and its contractor, permission to enter my property to construct the above-mentioned improvements. _ OWNER ' ^ CO-OWNER ' -< -7 DATE / DATE ENG\DOCS\MISFORMS\RIGHT OF ENTRY FORM APPENDIX "M" MITIGATION MEASURES FOR SUP 06-15 AND PALEONTOLOGICAL RESOURCE ASSESSMENT City of Carlsbad - Contract Nos. 3843, 3920, & 3920-A Page 1 of 3 PROJECT NAME: Wldenlnflof.EI Camino Real APPROVAL DATE: April .18. 2007 FILE NUMBERS: SUP 06-15 The following environmental mitigation measures were incorporated into the Conditions of Approval for this project in order to mitigate identified environmental impacts to a leve! of insignificance. A completed and signed checklist for each mitigation measure indicates that this mitigation measure has been complied with and implemented, and fulfills the City's monitoring requirements with respect to Assembly Bill 3180 (Public Resources Code Section 21081.6). MW0atlon Measure 1. To protect native birds (including raptors) as required by the Federal Migratory Bird Treaty Act and California Fish and Game Code, direct and indirect project impacts that may harm them are to be avoided between February 1 and August 30, the nesting/breeding season, if construction is contemplated during this time, the applicant shall hire a qualified biologist to conduct surveys of suitable nesting habitat within 500 feet of the project area two weeks prior to construction and every two weeks during construction to determine if a nest becomes established and if so what mitigation measures are appropriate. "Construction" includes clearing and grubbing of existing vegetation. Prior to and during construction, the applicant shall receive confirmation from the biologist that construction may proceed or continue and implement any necessary mitigation measures. 2. The applicant shall comply with the recommendations contained in the Geotechnical Evaluation, El Carnino Real Widening, Carlsbad^ Cajifgrnja. prepared by Ninyo & Moore, dated December 5, 2003, and on file in the City of Carlsbad Planning Department. The applicant Monitoring Type Project Project Monitoring Department Planning, Engineering Planning, Engineering Shown on Pians Verified i_jmg!enierrtaSon Remarks Explanation of Headings: Type » Project, ongoing, cumulative. Monitoring Dept. = Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column will be initialed and dated. Verified Implementation = Whan mitigation measure has been implemented, this column will be initialed and dated. Remarks = Area for describing status of ongoing niitrgation measure, 01 for other information RD - Appendix P. Page 2 of 3 Mitigation Measure shall also comply with any subsequent amendments to the geotechnica! evaluation. Compliance with the recommendations shall be demonstrated on construction plans and documents and during construction, all as appropriate and determined by the City Engineer. 3. Before construction, the applicant shall mitigate at a 1:1 ratio for the permanent loss of 0.10 acre of disturbed land (Habitat Type F as identified in HMP Table 11). Mitigation shall occur at the Lake Calavera Mitigation Bank. (Note: This measure is not necessary to mitigate a significant impact as impacts to disturbed land are not considered significant by local, state, or federal agencies. This mitigation measure is listed here to ensure compliance with the City's HMP.) 4, The following paleontological mitigation measures shall be implemented: a. Prior to any grading of the project site, a paleontologist shall be retained to perform a walkover survey of the site and to review the grading plans to determine if the proposed grading wil! impact fossil resources. b. A copy of the paleontologist's report shall be provided to the Planning Director before construction. If the paleontologist's report finds the project wil! not significantly impact fossil Monitoring Type Project Project MorHtoring Department Planning Planning, Engineering Shown on Plans Verified Implementation Remarks Explanation of Headings: Type = Project, ongoing, cumulative. Monitoring Dept. => Department, OE Agency, responsible for monitoring a particular mitigation measure. Shown on Pians = When mitigation measure is shown on plans, this column wiil be initiated and dated. Verified Implementation = When mitigation measure has been implemented, this column will be Initialed and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information RD - Appendix P. Page 3 of 3 Mitigation Measure resources, this mitigation measure shall be considered fulfilled and no further effort to comply with this measure shall be required. c. A qualified paleontologist shall be retained to perform periodic inspections of the site and to salvage exposed fossils. Due to the small nature of some of the fossils present in the geologic strata, it may be necessary to collect matrix samples for laboratory processing through fine screens. d. The paleontologist shall make periodic .reports to the Planning Director during the grading process. e. The paleontologist shall be allowed to divert or direct grading in the area of an exposed fossil in order to facilitate evaluation and, if necessary, salvage artifacts. f. All fossils collected may be donated to a public, nonprofit institution with a research interest in the materials, such as the San Diego Natural History Museum. g. Any conflicts regarding the role of the paleontologist and the grading activities of the project shall be resolved by the Planning Director and City Engineer. Monitoring Type Monitoring Department Shawn on Plans Verified implementation Remarks i Explanation of Headings: Type - Project, ongoing, cumuiative. Monitoring Dept. E Department, or Agency, responsible for monitoring a particular mitigation measure. Shown on Plans = When mitigation measure is shown on plans, this column wiil be initialed and dated. Verified Implementation = When mitigation measure has been implemented, this column will be initialed and dated. Remarks = Area for describing status of ongoing mitigation measure, or for other information RD - Appendix P. PALEONTOLOGICAL RESOURCE ASSESSMENT WIDENING OF EL CAMINO REAL NORTH OF COUGAR DRIVE IN THE CITY OF CARLSBAD SAN DIEGO COUNTY, CALIFORNIA ISA June 2OO7 PALEONTOLOGICAL RESOURCES ASSESSMENT WIDENING OF EL CAMINO REAL NORTH OF COUGAR DRIVE IN THE CITY OF CARLSBAD SAN DIEGO COUNTY, CALIFORNIA Submitted to: Eva Plajzer, Senior Engineer City of Carlsbad - Design Division 1635 Faraday Avenue Carlsbad, California 92008-7314 Prepared by: Brooks Smith LSA Associates, Inc. 20 Executive Park, Suite 200 Irvine, California 92614-4731 (949) 553-0666 LSA Project No. HCR0701 Data Base Information: Type of Study: Locality Search, Field Survey, Paleontological Assessment USGS Quadrangle: San Luis Key, California 7.5' Acreage: <1 acre Key Words: Fossils present on site, Cretaceous Point Loma Formation, Invertebrates, Dinosaurs LSA June 2OO7 TABLE OF CONTENTS ABSTRACT ii INTRODUCTION 1 PURPOSE OF INVESTIGATION 3 DISCUSSION 3 METHODS , 7 LOCALITY SEARCH 7 FIELD SURVEY 7 RESULTS 8 LOCALITY SEARCH 8 FIELD SURVEY 10 RECOMMENDATIONS 11 REFERENCES 13 FIGURE Figure 1: Project Location Map. APPENDICES A: LOCALITY SEARCH LETTER P:\HCR070 I\Paleo Assessment ECR widening at Cougar .doc «06/15/07» LSA ASSOCIATES. INC. PALEONTOLOGICAL RESOURCES ASSESSMENT JUNE 2007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD, CALIFORNIA ABSTRACT Under contract to the City of Carlsbad, LSA Associates, Inc. (LSA) conducted a paleontological resource assessment for the widening of El Camino Real north of Cougar Drive in the City of Carlsbad (City), San Diego County, California (City Project Number 3920). The project extends along the northeast side of El Camino Real for approximately 91 meters (m) (300 feet [ft]) northwest of its intersection with Cougar Drive. The assessment consisted of a locality search performed at the San Diego Natural History Museum (SDNHM) and a pedestrian field survey of the project area. The research and field survey were conducted to determine whether the widening will impact paleontological resources. The paleontological resources assessment was completed to address Chapter 22 of the City's Municipal Code that helps protect the City's historic resources and in accordance with guidelines developed by the Society of Vertebrate Paleontologists (SVP, 1995). The locality search indicated that no paleontological resources have been previously documented within the project area; however, there are 53 paleontological localities within the 1.6-kilometer (km) (1.0-mile [m]) locality search radius. Forty-nine of these are in the same sediments that outcrop within the project area. The formation mapped within the project area is the Cretaceous Point Loma Formation (Tan and Kennedy, 1996). The LSA field survey confirmed that the Point Loma Formation will be encountered during grading and that there are fossils are present within the project that will be impacted by grading activities. Demere and Walsh (1993) have assigned the Point Loma Formation a high sensitivity for containing paleontological resources based on the occurrence of fossil localities within similar deposits in the area. Any fossil recovered from these sediments would be scientifically important. As such, a Paleontological Resources Impact Mitigation Plan (PRIMP) should be developed for all ground- disturbing activities whenever bedrock is encountered. The PRIMP should include, but not be limited to, monitoring of earthmoving activities by a qualified paleontologist and collection of observed resources. In addition, all collected specimens should be prepared to allow identification to the lowest taxonomic level possible, stabilized for long-term storage, and curated into a museum with a retrievable collection where they can be accessed by the scientific community. Finally, a final report will be prepared detailing the monitoring effort; if necessary, it will include an appended itemized inventory of identified specimens. If paleontological resources are identified during earthmoving activities when a paleontological monitor is not on site, ground-disturbing activities should be temporarily diverted around the find and a qualified paleontologist should be contacted to assess, and if necessary collect, the resource. Please note that this report serves only as documentation of the paleontological findings for the project area and in no way represents a geological assessment. Therefore, this report should not be used as such. P:\HCR070RPaleo Assessment ECR widening at Cougar.doc «06/15/07» LSA ASSOCIATES, INC. H ALEONTOLO GI C AL RESOURCES ASSESSMENT JUNE J007 EL CAMINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA INTRODUCTION LSA is under contract to the City of Carlsbad to conduct a paleontological resource assessment for the El Camino Real Widening Project in the City of Carlsbad, San Diego County (County), California. This study was undertaken to determine whether paleontological resources are present in the project area. This assessment addresses Chapter 22 of the of the City's Municipal Code that helps to protect the City's historic resources. The assessment also follows the guidelines established by the SVP(SVP, 1995) The project area is located on the northeast side of El Camino Real just to the northwest of Cougar Drive. It involves widening an approximate 91m (300 ft) length of El Camino Real that extends northwest from Cougar Drive. The north westernmost 45 m (150 ft) will involve grading a hillside to a 2:1 slope. The southeastern portion is narrow and currently capped by asphalt. The project area is approximately 76-82 m (250-270 ft) above mean sea level and can be found on the United States Geological Survey (USGS) 7.5-minute series topographic San Luis Key, California quadrangle map within an unsectioned portion of Township 12 South, Range 4 West San Bernardino Baseline and Meridian (Figure 1). The project site is located in a rural area that is becoming more urbanized. There are several residences located to the east that are at least 30 years old; a new office park is currently being built to the west; and there is a new housing development just to the north. P:\HCR0701\Paleo Assessment ECR w]dening at Cougar.doc *06/15/OV» --j Project Location^'* ^'"' • . ISA FIGURE I l.OOO 2,OOO heet SOURCE: USGS Quad. 7.5min (San Luis Rev. !°75, Encinitas. 197i") Widening of El Camino Real Norih of Cougar Drive Project Location i :'• hcr0701 \gis ,project_iocatior,. mxd LSA ASSOCIATES. INC P ALEONTOLOOI C AL RESOURCES ASSESSMENT JUNE 2007 EL GAMING REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA PURPOSE OF INVESTIGATION This assessment was completed to address Chapter 22 of the City's Municipal Code, also known as "the historic preservation ordinance." This chapter was developed to help protect the City's historic resources. In addition, the assessment was completed in accordance with paleontological mitigation guidelines developed by the SVP (1995). These programs help to reduce impacts to nonrenewable paleontological resources to a level that is less than significant. Significant impacts to sensitive paleontological resources can usually be mitigated to levels that are less than significant through a PRIMP. Typically, a PRIMP consists of monitoring for paleontological resources during excavation operations and the collection and recovery of any significant resources that are observed. Recovered resources are then cleaned, identified, and curated at an appropriate institution where they are available for immediate and future paleontological study and can be displayed for public viewing. Completion of a PRIMP is signified by the preparation of a report documenting the results of the monitoring program that may include an appended itemized inventory of identified specimens and a discussion of any recovered specimens. DISCUSSION Paleontological resources, or fossils, are the remains (such as bones, teeth, shells, leaves, or wood) and/or traces (such as tracks or burrows) of prehistoric animal and plant life. Generally, for something to be considered a fossil it must be at least 10,000 years old. Fossils provide direct evidence of ancient organisms and can document the patterns of organic evolution and extinction. Paleontological remains are recognized as nonrenewable resources significant to our culture. A 1978 memorandum from Griswold E. Petty, the then Acting Associate Director of the Bureau of Land Management, stated: "There is no universally accepted definition for a significant scientific paleontological resource. A definite determination can only be made by a qualified, trained paleontologist. Using the following guidelines, a paleontological resource is of significant scientific and educational value if it: • provides important information of the evolutionary trends among organisms, relating living inhabitants of the earth to extinct organisms; • provides important information regarding development of biological communities or interaction between botanical and zoological biotas; • demonstrates unusual or spectacular circumstances in the history of life; and • is in short supply and in danger of being depleted or destroyed by the elements, vandalism, or commercial exploitation, and is not found in other geographic locations. P:\HCR0701\Paleo Assessment ECR widening at Cougar.doc «06/15/07» I.SA ASSOCIATES. INC. P ALEONTOLO CI C AL RESOURCES ASSESSMENT JUNE 2007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA • All vertebrate fossils have been categorized as being of significant scientific value" (emphasis added). Significant paleontological resources are fossils or assemblages of fossils that are unique, unusual, rare, uncommon, or diagnostically or stratigraphically important and those that add to an existing body of knowledge in specific areas stratigraphically, taxonomically, or regionally. They include fossil remains of large to very small aquatic and terrestrial vertebrates, remains of plants and animals previously not represented in certain portions of the stratigraphy, and assemblages of fossils that might aid stratigraphic correlations, particularly those offering data for the interpretation of tectonic events, geomorphologic evolution, paleoclimatology, and the relationships of aquatic and terrestrial species. Paleontological resources can be thought of as including not just the fossil remains themselves but also the individual localities where those fossils are collected, and in a broader sense, the geologic formations or sedimentary units containing the fossils and localities. The relationship between geologic formations/units and the fossils that they can contain can be important for planning purposes because knowledge of the geology of a particular area makes it possible to predict where fossils may (or may not) be encountered. This relationship is known as paleontological sensitivity, which can range from none to high. A list of sensitivities for all formations and units within the San Diego area is contained in Demere and Walsh (1993) and is explained in more detail below. Thus, in the early planning stages of a project, an assessment can quickly and uniformly be developed, and if necessary, mitigation measures developed to reduce impacts to paleontological resources within the project to a level that is less than significant. City-Specific Purpose The City's Municipal Code, Chapter 22, applies to all historic resources, publicly and privately owned, within the corporate limits of the City. According to Chapter 22.02.020, Purpose and Intent, the chapter was developed to: A. Effect and accomplish the protection, enhancement and perpetuation of historic resources (that include paleontological resources) that represent or reflect elements of the City's cultural, social, economic, political and architectural history B. Safeguard the City's historic heritage by encouraging preservation of its historic resources C. Stabilize and improve property values D. Foster civic pride in the character and accomplishments of the past E. Protect and enhance the City's historic attractions for residents, tourists and visitors and serve as a support and stimulus to business and industry F. Strengthen the economy of the City G. Promote the use of historic districts and landmarks for the education, pleasure and welfare of the people of the City (Ord. NS-433 § 2 (part), 1997: Ord. 9776 § 1 (part), 1985) Chapter 22.02.050 states that as part of the environmental review of development projects affecting historic structures or archaeological or paleontological sites, as shown on the historic resources P:\HCR0701\Paleo Assessment ECR widening at Cougar.doc «06/J5/07» LSA ASSOCIATES. INC. P ALEONTOLOGI C AL RESOURCES ASSESSMENT JUNE 2007 EL CAMINO REAL WIDENING NORTH OF COUGAR DRIVECITY OS CARLSBAD. CALIFORNIA inventory or as identified in the environment study, the environment documents shall be referred to the historic preservation commission for review. The commission may review and comment on the environment documents of the referral. The commission shall comment within the public review time limits established by the California Environmental Quality Act (Ord. NS-433 § 2 (part), 1997: Ord. NS-141 § 2, 1991: Ord. 9776 § 1 (part), 1985). Part of Chapter 22.06.030 states that a historic resource may be considered and approved by the City Council for inclusion in the historic resources inventory if the resource is an archaeological, paleontological, botanical, geological, topographical, ecological, or geographical site that has the potential of yielding information of scientific value. Sensitivity Planners and paleontologists work together to help preserve the County's fossil heritage during the environmental review process by using a system to determine the potential for the occurrence of fossils. At the early stages of development, a paleontological assessment is conducted to determine the level of paleontological sensitivity for a project. According to the SVP, sensitivity ratings are either high, low, or undetermined (SVP, 1995). Sedimentary rock units with high potential for containing significant nonrenewable paleontological resources are rock units within which vertebrate or significant invertebrate fossils have been determined to be present or likely to be present. Rock units with a low potential for containing significant nonrenewable paleontological resources are units within which vertebrate or significant invertebrate fossils have been determined not to be present or not likely to be present. Areas underlain by sedimentary rocks for which literature and unpublished studies are not available have undetermined potential for containing significant paleontological resources. Sensitivities for geologic formations/units within the County are more detailed than the SVP sensitivities and are specifically dependent fossils that have (or have not) been recovered from each formation/unit within the County. The sensitivities for each of the geologic formations/units in San Diego are included in a report prepared for the San Diego Planning Commission on the Paleontological Resources of San Diego County (Demere and Walsh, 1993). The rating system includes high, moderate, low, marginal, and zero and each is detailed below. • High: Geologic formations known to contain paleontological localities with rare, well-preserved, and/or critical fossil materials for stratigraphic or paleoenvironmental interpretation and fossils providing important information about the paleobiology and phylogeny (evolutionary history) of animal and plant groups. Generally speaking, highly sensitive formations are known to produce vertebrate fossil remains or are considered to have the potential to produce such remains. • Moderate: Geologic formations known to contain paleontological localities with moderately preserved common elsewhere, or stratigraphically long-ranging fossil material. The moderate sensitivity category is also applied to geologic formations that are judged to have a strong but unproven potential for producing important fossil remains (e.g., Pre-Holocene sedimentary rock units representing low to moderate energy, marine to nonmarine depositional settings). P:\HCR0701\Paleo Assessment ECR widening al Cougar.doc «06/15/07» LSA ASSOCIATES. INC. P ALEONTO LO GI C AL RESOURCES ASSESSMENTJUNE 2007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD, CALIFORNIA Low: Geologic formations that, based on their relatively recent formation or high-energy depositional history, are judged unlikely to produce important fossil remains. Low-sensitivity formations may produce a low abundance of invertebrate fossil remains. Marginal: Geologic formations that are composed of pyroclastic volcanic rocks or metasedimentary rocks, but which nevertheless have a limited potential to yield fossil remains from certain sedimentary lithologies at localized outcrops. Zero: Geologic formations that are entirely plutonic in origin and therefore have no potential for producing fossil remains. P:\HCR070l\Pa!eo Assessment ECR widening al Cougar.doc «06/15/07» LSA ASSOCIATES. INC. P ALE ONTOLO GI C AL RESOURCES ASSESSMENT JUNE J007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA METHODS LOCALITY SEARCH A paleontological locality search was conducted at the SDNHM. This included a review of area geology and any fossil resources recovered within 1.6 km (1 mi) of the project area. In addition, the sensitivity of the sediments exposed on the project site to produce fossil remains was determined based on fossil finds from similar sediments in the southern California area. The purpose of the search was to establish the status and extent of previously recorded paleontological resources within and adjacent to the project area and to determine which geologic sediments were likely to be exposed during ground-disturbing activities. With this knowledge, LSA could make an informed assessment of the potential effects of the proposed project on paleontological resources and anticipate the kinds of resources that might be encountered during monitoring FIELD SURVEY Brooks Smith conducted a reconnaissance-level pedestrian field survey of the project area on May 17, 2007. The survey was conducted by walking the project area and examining the hill that will be cut into a 2:1 slope as part of project development. Back dirt from animal burrows was also examined for evidence of paleontological remains. The purpose of this survey was to identify any paleontological resources that might be impacted by the proposed project. In this way, LSA could document the presence of paleontological material prior to the beginning of ground-disturbing activities and locate areas within the project that might contain abundant remains. P:\HCR0701 \Paleo Asse»menl ECR widening at Cougar.doc «06/I5/07,> LSA ASSOCIATES. INC. PALE ONTO LO GI CAL RESOURCES ASSESSMENT JUNE Z007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA RESULTS LOCALITY SEARCH Geology The project area is located at the northern end of the Peninsular Range geomorphic province, a 1,450 km (900 mi) long northwest-southeast trending structural block that extends from the tip of Baja California to the Transverse Ranges and includes the Los Angeles Basin (Morris and Webb, 1976). The total width of the province is approximately 362 km (225 mi), with a maximum landbound width of 105 km (65 mi) (Sharp, 1976). This region is characterized by a series of mountain ranges separated by northwest-trending valleys subparallel to faults branching from the San Andreas Fault. The trend of topography is similar to that of the Coast Ranges Geomorphic Province, located to the north, but the geology is more like that of the Sierra Nevada, with granitic rock intruding on the older metamorphic rocks. It contains extensive pre-Cretaceous (> 65 million years ago) igneous and metamorphic rocks covered by limited exposures of post-Cretaceous sedimentary deposits. Specifically, the project is located just to the west of Agua Hedionda Creek, which is part of a large watershed in the Carlsbad area. According to the geology map prepared by Tan and Kennedy (1996), the project is underlain by the Cretaceous (approximately 75 million years old) Point Loma Formation. Based on the fact that the project area is located along a road, there is no doubt artificial fill present in some areas either from the road construction or utility lines that exist beneath the surface. Each of these two units that are expected to be encountered during grading are described below. Point Loma Formation. The Point Loma Formation is part of a group of three formations that comprise the Rosario Group. From oldest to youngest, the Rosario Group includes the Lusardi Formation (nonmarine), the Point Loma Formation (marine), and the Cabrillo Formation (marine). Both the Lusardi and the Cabrillo Formations are predominantly conglomeratic. The Point Loma Formation was deposited between 76 and 72 million years ago, during the late Cretaceous Period (Abbott, 1999). It consists of light yellow sandstones interbedded with fossiliferous, olive grey, thinly bedded mudstones. The Point Loma Formation was deposited in a wide range of environments from shallow intertidal to deep sea marine (Abbott, 1999). Artificial Fill. Artificial fill is soil/dirt that is placed by humans and can be either unconsolidated or loosely compacted, or engineered and densely compacted. Composition varies, is dependent on the source, and often is similar in composition to nearby formations/units. It is often mixed with modern debris such as bricks, concrete, asphalt, glass, or wood. Depending on the area, thickness can be less than 0.3 m (1 ft) to over 30 m (100 ft) P:\HCR070l\Pa!eo Assessment ECR widening at Cougar.doc «06/15/07» LSA ASSOCIATES. INC. PALE ONTO L OGI CAL RESOURCES ASSESSMENT JUNE 2007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA Paleontology The results of the locality search conducted at the SDNHM (Appendix A) indicate that no paleontological resources have been recorded within the project area. However, there are 53 known fossil localities within the 1.6 km (1 mi) search radius; 49 of these are within the Point Loma Formation that is exposed within the project area.. Fossils from the Point Loma Formation include: plants (e.g., pines, cycads, and flowering plants), marine invertebrates (e.g., sponges, byozoans, worms, brachiopods, crabs, ostracods, snails, clams, ammonites, nautiloids, and sea urchins), marine vertebrates (e.g., sharks, fish, and marine reptiles), and terrestrial vertebrates (e.g., dinosaurs). According to the SDNHM, some of the dinosaur fossils were recovered less than 800 m (0.5 mi) to the west of the project area. According to Abbott (1999), two species of dinosaurs are known from the Point Loma Formation: a type of hadrosaur (duck-billed dinosaur) and a nodosaur (armored dinosaur). According to Hilton (2003), the nodosaur, found in Carlsbad in 1987, was the first nodosaur found west of the Rocky Mountains. Although artificial fill can contain fossils, they are out of place, as they are no longer in their original context within the geologic record. Paleontological Sensitivities The paleontological sensitivities for each of the units that are expected to be encountered during ground-disturbing activities within the project area are listed in Table A. A brief reasoning for each sensitivity designation is also discussed below. Table A: Paleontological Sensitivities of Units within the Project Area Formation/Unit Point Loma Formation Artificial fill Sensitivity* High — *Demere and Walsh, 1993. The Point Loma Formation is mapped beneath the entire project area. This unit has produced a diverse collection of 76- to 72-million-year-old fossils that include plants, invertebrates, and vertebrates. Some localities, including some less than 800 m (0.5 mi) from the project area, have produced dinosaur fossils. According to Abbott (1999), only a small number of dinosaur fossils have been recovered from California. Five of these discoveries have been made in San Diego County, all from the Point Loma Formation, and three from Carlsbad. According to Hilton (2003), the dinosaur discoveries in California provide important evidence about connections between the west coast and the interior of the United States. Further, Hilton (2003) states that the Carlsbad nodosaur is very similar to species known from Wyoming and Kansas, which supports the idea that dinosaurs on the west coast were part of a cosmopolitan fauna rather than a unique regional group. Finally, all fossils from the late Cretaceous period in California are considered significant, as there are very few locations in the State where these sediments exist. Artificial fill is not mapped on the geology map prepared by Tan and Kennedy (1996). However, based on the field survey (results below), it is likely to be encountered during grading for the project, P:\HCR070l\Paleo Assessment ECR widening al Cougar.doc «06/15/07» LSA ASSOCIATES. INC. P ALEO NTO LO OI C AL RESOURCES ASSESSMENT JUNE S007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA mainly along the shoulder of the existing El Camino Real. Artificial fill was not officially rated by Demere and Walsh (1993). However, because it has been placed at its current location by humans, any fossils that may be in the fill matrix are out of context and would not be scientifically important. Thus, artificial fill is not considered paleontologically sensitive. FIELD SURVEY Ground visibility was excellent except for the areas beneath the existing El Camino Real paving. Sediments from the Point Loma Formation exist on site as mapped by Tan and Kennedy (1996). The survey of the parcel also indicated that the portions of the area within the existing road and the shoulder have been disturbed by grading and by the undergrounding of utilities. Paleontological resources were identified during the field survey. They consisted of fish scales, bivalves, brachiopods, barnacles, and plant material. All were observed in the hill on the northwest end of the project that will be graded into a 2:1 slope. P:\HCR0701\Paleo Assessment ECR widening al Cougar.doc «06/i5/07»10 LSA ASSOCIATES. INC. P ALEONTO LO GI C AL RESOURCES ASSESSMENT JUNE !007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA RECOMMENDATIONS Sediments identified as containing paleontological resources were identified as occurring on site during a paleontological locality search at the SDNHM (see Appendix A). In addition, paleontological resources were identified within the project area during the field survey. According to Demere and Walsh (1993), the on-site sediments have a sensitivity rating of high for containing paleontological resources. In order to mitigate potential adverse impacts to nonrenewable paleontological resources in these sediments, LSA recommends that a qualified paleontologist be retained and that a PRIMP be implemented and followed for the project. The PRIMP should be consistent with the guidelines of the SVP (SVP, 1995) and should include but not be limited to the following mitigation measures. PAL-1 Attendance at the pregrade meeting by a qualified paleontologist or his/her representative. At this meeting the paleontologist will explain the likelihood for encountering paleontological resources, what resources may be discovered, and the methods that will be employed if anything is discovered (see PAL-2 and PAL-3). PAL-2 During construction excavation, a qualified vertebrate paleontologic monitor shall be present on a full-time basis whenever excavation will occur within the sediments that have a high sensitivity rating. The monitor shall inspect fresh cuts and/or spoils piles to recover paleontological resources. The monitor shall be empowered to temporarily divert construction equipment away from the immediate area of the discovery. The monitor shall be equipped to rapidly stabilize and remove fossils to avoid prolonged delays to construction schedules. If large fossils or large concentrations of fossils are encountered, the developer shall consider using heavy equipment on site to assist in the removal and collection of large materials. PAL-3 Localized concentrations of small (or micro-) vertebrates may be found in all native sediments. Therefore, it is recommended that these native sediments occasionally be spot-screened through one-eighth to one-twentieth-inch mesh screens to determine whether microfossils are present. If microfossils are encountered, additional sediment samples (up to 2.2 cubic meters or 2,721 kilograms [3 cubic yards or 6,000 pounds]) shall be collected and processed through one-twentieth-inch mesh screens to recover additional fossils. PAL-4 Any recovered specimens shall be prepared to the point of identification and permanent preservation. This includes the picking of any washed mass samples to recover small invertebrate and vertebrate fossils, the removal of surplus sediment from around larger specimens to reduce the volume of storage for the repository and the storage cost for the developer, and the addition of approved chemical hardeners/stabilizers to fragile specimens. P:\HCR070l\Paleo Assessment ECR widening at Cougar.doc «06/I5/07»11 LSA ASSOCIATES. INC. PALE ONTO LO GI CAL RESOURCES ASSESSMENT JUNE 2007 EL CAMINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD, CALIFORNIA PAL-5 Specimens shall be identified to the lowest taxonomic level possible and curated into an institutional repository with retrievable storage. The repository institutions usually charge a one-time fee based on volume, so removing surplus sediment is important. The repository institution may be a local museum, such as the SDNHM, or university that has a curator who can retrieve the specimens on request. PAL-6 A report shall be prepared that details the methods and results of the monitoring program, even if the results are negative. If applicable, this shall include an appended itemized inventory of identified specimens. This report shall be presented to the developer for submission to the City for review. When the review process has been completed, the revised document shall signify completion of the PRIMP. A copy of the final report and the accession inventory shall be forwarded to the repository institution and any other interested parties such as the SDNHM and the City. By following the above guidelines, impacts to nonrenewable paleontological resources will be reduced to levels that are less than significant. Please note that this report serves only as documentation of the paleontological findings for the project area and in no way represents a geological assessment. Therefore, this report should not be used as such. P:\HCR0701\Paleo Assessment ECR widening at Cougar.doc «06/l 5/07>» 12 LSA ASSOCIATES, INC. PALE ONTO LO GI CAL RESOURCES ASSESSMENT JUNE 2007 EL CAMINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA REFERENCES Abbott, Patrick L. 1999 The Rise and Fall of San Diego, 150 Million Years Recorded in Sedimentary Rocks. Sunbelt Natural History Books, Sun Belt Publishing, San Diego, California. 231 pages. Demere, Tom A., and S. L. Walsh 1993 Paleontological Resources, County of San Diego. Unpublished technical report prepared for the Department of Public Works, San Diego County. 68 pages. Hilton, Richard P. 2003 Dinosaurs and Other Mesozoic Reptiles of California. University of California Press, Berkeley, California. 356 pages. Norris, R.M., and R.W. Webb 1976 Geology of California, John Wiley and Sons, Inc., Santa Barbara. 365 pages Sharp, R. P. 1976 Geology: Field Guide to Southern California. Kendall/Hunt Publishing Company; 2nd edition, 181 pages. Society of Vertebrate Paleontology 1995 Assessment and Mitigation of Adverse Impacts to Nonrenewable Paleontologic Resources: Standard Guidelines. Society of Vertebrate Paleontology News Bulletin, No. 163, January 1995: Pages 22-27. Tan S. S. and M. P. Kennedy 1996 Geologic Maps of the Northwestern Part of San Diego County, California. California Division of Mines and Geology, Open-Fie Report 96-02. P:\HCR0701\Paleo Assessment ECR widening al Cougar.doc «06/15/07»13 LSA ASSOCIATES. INC. P ALE O NTOLOGI C AL RESOURCES ASSESSMENT JUNE 2007 EL CAUINO REAL WIDENING NORTH OF COUGAR DRIVE CITY OS CARLSBAD. CALIFORNIA APPENDIX A LOCALITY SEARCH LETTER P:\HCR07UI\Paleo Assessment ECR widening al Cougar.doc «06/15/07» f SAN DIEGO NATURAL HISTORY MUSEUM BALBOA PARK - SAN DIEGO SOCIETY OF NATURAL HISTORY - ESTABLISHED 1874 11 May 2007 Mr. Brooks Smith Cultural and Paleontological Resources Group LSA Associates, Inc. 20 executive Park, Suite 200 Irvine, CA 92614 RE: Paleontological record search and paleontological resource sensitivity assessment; El Camino Real Widening (LSA project number HCR0701) Dear Mr. Smith: This letter presents the results of a paleontological record search and sensitivity assessment conducted for the El Camino Real Widening project site, City of Carlsbad. The project site is located in central Carlsbad, approximately 3 miles east of Interstate 5, on the east side of El Camino Real, and 1 mile north of Palomar Airport Road. Tan and Kennedy (1996) mapped the sedimentary rocks underlying the project site as Cretaceous age (approximately 75 million years old) Point Loma Formation (see attached map). The museum has 53 fossil localities (see attached descriptions) within a one mile radius of the project area (see map). Of these localities, 49 were collected from sandstones and mudstones of the marine Point Loma Formation. These localities produced fossils of plants (e.g., pines, cycads, and flowering plants), marine invertebrates (e.g., sponges, byozoans, worms, brachipods, crabs, ostracods, snails, clams, ammonites, nautiloids, and sea urchins), marine vertebrates (e.g., sharks, fish, and turtles), and terrestrial vertebrates (e.g., dinosaurs). Four localities occur in deposits that do not crop out with the project boundaries. Based on fossil records from numerous other sites recorded elsewhere in San Diego and Carlsbad it can be determined that the Point Loma Formation has high paleontological resource sensitivity. Any fossils recovered from these deposits would be significant to the scientific community. In addition, dinosaur fossils were recovered from an adjacent project; Carlsbad Research Center. Considering the few number of dinosaur fossils discovered in California, any fossil recovered from this faunal group would be particularly significant. Future excavation activities associated with the development of this project will potentially impact these paleontologically sensitive units and should require a complete paleontological resource mitigation program Post Office Box 121390 * San Diego, California 92112-1390 * Telephone 619-232-3821 * FAX 619-232-0248 * www.sdnhm.org If you have any questions concerning my findings please feel free to contact me at 619-255-0310 or krandall@sdnhm.org. Sincerely, Kesler A. Randall Collections Manager, Fossil Vertebrates Department of Paleontology Literature Cited: Tan, Siang S and M.P. Kennedy. 1996. Geologic Maps of the northwestern part of San Diego County, California. California Division of Mines and Geology Open-File Report 96-02. A portion of the geologic map of the San Luis Rey, CA 7.5' USGS topographic quadrangle (Tan and Kennedy, 1996) showing the location of the El Camino Real Widening Project, City of Carlsbad. Geologic rock unit symbols: Qt= Quaternary terrace deposit; Q!= Lindavista Formation; Tsa= Santiago Formation; Kp= Point Loma Formation; Kl= Lusardi Formation; KJsp-Santiago Peak Volcanics; Kg= Granitic rocks of the Peninsular Ranges Batholith. 3 • E'.: 5 " "lOaOF ' -i- ir-f'??£ - -rf^~^ Fossil localities within a one mile radius of the El Camino Real Widening Project, City of Carlsbad. (Base map San Luis Rev, CA 7.5' USGS topographic quadrangle)