Loading...
HomeMy WebLinkAboutVailston Company Inc; 2015-03-17; PWS15-41UTILCITY OF CARLSBAD San Diego County Califomia CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR Northwest Quadrant Storm Drain Program (Madison Street) CONTRACT NO. 6608 BID NO. PWS15-41UTIL Revised 1/30/13 Contract No. 6608 (Madison Street) Page 1 of 146 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 7 Contractor's Proposal 11 Bid Security Form 18 Bidder's Bond to Accompany Proposal 19 Guide for Completing the "Designation Of Subcontractors" Form 21 Designation of Subcontractor and Amount of Subcontractor's Bid Items 23 Bidder's Statement of Technical Ability and Experience 24 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 25 Bidder's Statement Re Debarment 26 Bidder's Disclosure of Discipline Record 27 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 29 Contract Public Works 30 Labor and Materials Bond 36 Faithful Performance/Warranty Bond 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 40 W Revised 1 /30/13 Contract No. 6608 (Madison Street) Page 2 of 146 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 43 1-2 Definitions 44 1-3 Abbreviations 48 1- 4 Units of Measure 51 Section 2 Scope and Control of The Work 2- 1 Award and Execution of Contract 53 2-2 Assignment 53 2-3 Subcontracts 53 2-4 Contract Bonds 54 2-5 Plans and Specifications 55 2-6 Work to be Done 59 2-7 Subsurface Data 59 2-8 Right-of-Way 60 2-9 Surveying 60 2-10 Authority of Board and Engineer 65 2- 11 Inspection 66 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 67 3-2 Changes Initiated by the Agency 68 3-3 Extra Work 68 3-4 Changed Conditions 71 3- 5 Disputed Work 72 Section 4 Control of Materials 4- 1 Materials and Workmanship 76 4- 2 Materials Transportation, Handling and Storage 80 Section 5 Utilities 5- 1 Location 81 5-2 Protection 81 5-3 Removal 82 5-4 Relocation 82 5-5 Delays 83 5- 6 Cooperation 83 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 84 6-2 Prosecution of Work 84 6-3 Suspension of Work 85 6-4 Default by Contractor 85 6-5 Termination of Contract 86 6-6 Delays and Extensions of Time 86 6-7 Time of Completion 87 6-8 Completion, Acceptance, and Warranty 88 6-9 Liquidated Damages 88 6-10 Use of Improvement During Construction 88 Revised 1/30/13 Contract No. 6608 (l\yiadison Street) Page 3 of 146 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 90 7-2 Labor 90 7-3 Liability Insurance 90 7-4 Workers' Compensation Insurance 90 7-5 Permits 91 7-6 The Contractor's Representative 91 7-7 Cooperation and Collateral Work 91 7-8 Project Site Maintenance 92 7-9 Protection and Restoration of Existing Improvements 93 7-10 Public Convenience and Safety 94 7-11 Patent Fees or Royalties 101 7-12 Advertising 101 7-13 Laws to be Observed 101 7-14 Antitrust Claims 101 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 103 9-2 Lump Sum Work 103 9-3 Payment 103 Revised 1/30/13 Contract No. 6608 (Madison Street) Page 4 of 146 Pages SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products 112 200- 2 Untreated Base Materials 113 Section 201 Concrete, Mortar and Related Materials 201- 1 Portland Cement Concrete 114 201 -3 Expansion Joint Filler and Joint Sealants 114 Section 203 Bituminous Materials 203-6 Asphalt Concrete 115 203- 11 Asphalt Rubber Hot Mix (ARHM) Wet Process 116 Section 204 Lumber and Treatment with Preservatives 204- 1 Lumber and Plywood 117 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 117 206-8 Light Gage Steel Tubing and Connectors 119 206- 9 Portable Changeable Message Sign 120 Section 207 Pipe 207- 2 Reinforced Concrete Pipe 121 207-9 Iron Pipe and Fittings 122 207-10 Steei Pipe 122 207-25 Underground Utility Marking Tape 122 Section 210 Paint and Protective Coatings 210-1 Paint 123 210-3 Galvanizing 124 Section 212 Landscape and Irrigation Materials 212- 1 Landscape Materials 125 Section 213 Engineering Fabrics 213- 2 Geotextiles 126 213- 3 Erosion Control Specialties 126 Section 214 Pavement Markers 214- 5 Reflective Pavement Markers 127 Revised 1/30/13 Contract No. 6608 (Madison Street) Page 5 of 146 Pages PARTS Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 128 300-2 Unclassified Excavation 128 300-3 Structure Excavation and Backfill 130 300-4 Unclassified Fill 130 300-5 Borrow Excavation 131 300-9 Geotextiles for Erosion Control and Water Pollution Control 132 300- 13 Storm Water Pollution Prevention Plan 133 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301- 1 Subgrade Preparation • 134 Section 302 Roadway Surfacing 302- 5 Asphalt Concrete Pavement 134 302- 11 Asphalt Pavement Repairs and Remediation 135 Section 303 Concrete and Masonry Construction. 303- 2 Air-Placed Concrete 136 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 137 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 137 306-5 Abandonment of Conduits and Structures 140 Section 310 Painting 310-5 Painting Various Surfaces 141 310-7 Permanent Signing 142 Section 312 Pavement Marker Placement and Removal 312- 1 Placement 142 Section 313 Temporary Traffic Control Devices 313- 1 Temporary Traffic Pavement Markers 143 313-2 Temporary Traffic Signing 143 313-3 Temporary Railing (Type K) and Crash Cushions 144 313-4 Measurement and Payment 145 Part 6 Modified Asphalt, Pavement and Processes 600-3 Rubberized Emulsion - Aggregate Slurry 146 Appendix A Door Hangers 147 Appendix B Standard Drawings 148 Appendix C Tier 1 Storm Water Pollution Plan 168 Appendix D Pothole reports 172 Appendix E CCTV 212 Appendix F City of Carlsbad Standard Notes for Signing and Striping Plans 232 Appendix G Traffic Control Plan Template 233 Revised 1/30/13 Contract No. 6608 (Madison Street) Page 6 of 146 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON DECEMBER 9, 2014, the City shall accept sealed bids, clearly marf<ed as such, at the Faraday Center, 1635 Faraday Avenue, Carisbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Installation of 580 linear feet reinforced con- crete pipeline, curb inlet, cleanout, trench resurfacing, utility relocation, survey, storm water pollution prevention, paving and striping. NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 BID NO. 15^1 UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carisbad and the Bidder. No bid will be received unless it is made on a proposal fonn fumished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure perfonnance under this Con- tract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carisbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carisbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as ap- proved by the City Council of the City of Carisbad on file with the Public Works Department. The spec- ifications for the work include City of Carisbad Technical Specifications and the Standard Specifica- tions for Public Works Construction. Parts 2 & 3. current edition at time of bid opening and the supplements thereto as published bv the "Greenbook" Committee of Public Works Standards. Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. Revised 1/30/13 Contract No. 6608 (Madison Street) Page 7 of 146 Pages The City of Carisbad encourages the participation of minority and women-owned businesses. The City of Carisbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properiy exe- cuted including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are ap- proximate and serve solely as a basis forthe comparison of bids. The Engineer's Estimate is $197.000 (one hundred ninety-seven thousand dollars) TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a con- tractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properiy licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid (does not) involve federal funds. The following classifications are acceptable for this contract: A - General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cash- ier's Counter ofthe Faraday Center located at 1635 Faraday Avenue, Carisbad, California 92008- 7314, for a non-refundable fee of $ 25.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Revised 1/30/13 Contract No. 6608 (Madison Street) Page 8 of 146 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, spec- ifications 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 con-ection. 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 interpreta- tion of any provision in the contract documents will be given by any agent, employee or con- tractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on direc- tions given by any agent, employee or contractor ofthe City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carisbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. 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 ofthe Labor Code. Pursuant to section 1773.2 ofthe Labor Code, a current copy of applicable wage rates is on file in the Office ofthe 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 Subcon- tracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE BID MEETING A pre-bid meeting and tour ofthe project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis ofthe given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. O Revised 1/30/13 Contract No. 6608 (Madison Street) Page 9 of 146 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful perfonnance 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 tenns 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 t>e retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance earner 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 ofthe amount ofthe bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attomey, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarteriy statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 ofthe Insurance Code, within 10 calendar days ofthe insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Woricers' compensation insurance required underthis contract must be offered by a company meeting the above standards with the exception thatthe Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award ofthe contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carisbad Business License for the duration of the contract. Approved by the City Council ofthe City of Carisbad, California, by Resolution No. 2014-249, adopted on the 21^' day of October, 2014. October 27, 2014 Date Deputy City Revised 1/30/13 Contract No. 6608 (Madison Street) Page 10 of 146 Pages PROOF OF PUBLICATION 0 (2010 & 2011 C.CP.) This space is for the County Clerk's Filing Stamp STATE OF CALIFORNIA County of San Diego I am a citizen of the Unitecj States and a resident of the County aforesaid: I am over the age of eighteen years and not a party to or interested in the above-entitled matter. I am the principal clerk of the printer of UT - North County Formerly known as the North County Times and which nev\/spaper has been adjudicated as a newspaper of general circulation by the Superior Court of the County of San Diego, State of California, for the City of Oceanside and the City of Escondido, Court Decree numbers 171349 & 172171, for the County of San Diego, that the j^ce of which the annexed is a printed copy (set III type not smaller than nonpariel), has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to-wit: October 30^, 2014 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Oceanside, California On This 30t^ davmober, 2014 Jane Allshouse UT NORTH COUNTY Legal Advertising Proof of Publication of CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Project Name: NORTHWEST QUADRANT STORM Bid NO.: PWS15-?lSrir''°*'''*'^*'^'^°'^°^^ Required Contractor's Classification(s): "A" Federol Funding: None r««, 1 . Prevailing Wages to be Paid?: REQUIRED complete bid packages are available for viewing on the Internet Sled Kiddlil^'''^''"-^''''- ^'^ documents founl^Therl may'te Description of Work: All labor materials, equipment and other associated rterns to: Install 580 linear feet reiXced concrete Pipeline, curb inlet, cleanout, trench resurfacing utilitv relo ifrT^J"-^''^'^'n^^*"'I^ pollution prevention paving and Iifl?e/Location of Pre-Bid Meeting: A pre-bid meetinq ?",*l^''Hr.°* protect Site will not be held. Until the bid submit- I?rh^°.''t''l)f' l^^ '^'U'' "•^"Pf sealed bids, c early marked as ^^A^^'iuPi Faraday Center, 1635 Faraday Avenue Carlsbad CA 92008:7314, Attn: Public Works Contract Adm"nfstrafion by fW'fi'i«''YIX service or by deposit in the Bid Box locoted in the nprLr^Tnl°+h^' °^ ^^^ich time they will be opened and reod fSr mn?r«c^A^^.l^°,''J^ described above. INSTRUCTIONS TO ^JR?^''^^^°r.^'° REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute nn oPHnH'^Pl'n^""'' '"^"^^'^ valid and'n fin force for S period of 90 days and such additional time as may be mutually rnH^hnn""" ^M^^ Carlsbad and the Bidder. ThT City of Carlstjad may disqualify a contractor or subcontractor from participating m bidding when a coniractor or subcontractor h^ fhe^Rinl^"//^",-^/ ^^-^ °t Carlsbad or another jurisdiction in the State of California ason irresponsible bidder. The work shall ^nH^l^nl^-l^^t ^^""'"^^ conformity with the plans, provisions rnHfS^H'tl^H^!°"^?u^°u.PP^°v^'^ f^ie City Council of the City o F^'^j fi*"^-^" file with the agency. The specifications for the work '"cJiJ^e City of Corlsbad Technical Specificotions ond the Stand- ?Mrrl^^'H?.'?*'°"^^?•'' ^"^''''^ Works Construction, Parti 2 & 3, current edition ot time of bid opening and the supplements published by the "Greenbook" Committle o S c ^°^pwr (if applicoble), oil hereinafter designated f« ' °^ arnended Specification Reference is hereby made l?J!^^4'il°"^ specifications for full particulars and descrip tion of the work. The General Provisions (Port 1) to the SSPWC of°minor'?fJ''nJH^^ '^'^^ °^ Corlsbod encourages the participation of minority and women-owned bus messes. The City of Carlsbad encourages all bidders, suppliers, manufacturers; fobrkators whPn^nv^i^lf^^?'"' ^° "^'"-^t •'^"^l^d recyclable materials TAiMiM^ m AM*i'^^A''2'^'"'2tf^^^^^ opproved by the Engineer. OB-J,>c . PLANS AND SPECIFICATIONS Sets of plans, vari-nhtnfl^H^'^."]^"^?' P.rovisions, and Controct documents may be n? irt^^ FnrnH^ Coshier's Counter of the Faraday Center located SIJ^^^*'^^'^'l^^^.^^^r"^' Carfsbad, California 92008-7314, for o S?e"to hp mn fJ^^th"! ^f- 'f specifications wm hp rlroK postage should be added. No bid will be received unless it is made on a proposal form furnished by lecurftffn^n^),? SECURITY Each bid r^ust be accompanied by secunty in a form and amount requ red by law The bidder'' security qf the second ond third next lowest responsivl biddlrs may be withheld until the Contract hos been fulirexecuted fhl turnPd^'trf thp'^n!,"'^ ^/ °" °;her unsuccessful biddersSlI be re' turned to .them, or deemed void, within ten (10) days after the Cnn rnrl 'r^J"'"*^?-- ^^l.'^i^V^ ^° Provisions Of law (Public ^?himnLH "J^^ section 10263), oppropriote securities may be obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section. 10263 of the Public Contract Code requires fpSi^'" K^'^V'^'S^^^ deposited with the City or a state or federally chartered bank in Colifornio as the escrow agent The escrow .agent shal maintain insurance to cover negHgent acti retent^ns"undP?^hi,^°^f•"^ with the handling of ^ll-^SlcT^ll^L'^^^^^^^^^^ '^^^°E"\Tin'it^ ^h%" ^gSS prevailing rate of wages for each croft or type of worklr needed l°Jf''.t''^JV^^ 'hose as determined by the Di- nnri 1771 \^^^VH'° Pt^rsuant to the sections 1770, 1773, ?ni^J^r-i °* ^°^P'' Code. Pursuant to section 1773.2 of the thP nff^rp Vth'i''r-';^ "^^P^-^f applicable wage rates is on file in r,f„t9„'f^- °* tHe City Engineer. The Contractor to whom the Contract is owarded shall not pay less than the said specified Ull^ '"K^^^ °" workers employed by him or her in the execution of the Contract. October 27, 2014 Kevin L. Davis Do-le Deputy Citv CIPrK Pub DatPr innff/i4 CITY OF CARLSBAD NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 CONTRACTOR|S g||j City Council City of Carlsbad 1200 Carlsbad Village Drive Carisbad, California 92008 'SEO AND RECORDED: DATE The undersigned declares tie/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and ad- denda thereto, and hereby proposes to fumish all labor, materials, equipment, transportation, and sen/ices required to do all the worl< to complete Contract No. 6608 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take In full payment therefore the following unit prices for each item complete, to wit: SCHEDULE"A" 6608 NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON BETWEEN ARBUCKLE AND LAGUNA) Item No. Description Approximate Quantity And Unit Unit Price (Figures) A-1 Mobilization at . 1 LS $ B.^ZZ- Total Amount (Figures) Jpd. (Pri A-2 Price in Words) Trench Dewatering (project- wide) at Five thousand dollars (Price in Words) A-3 Water Pollution Control Plan and Implementation including Daily Street Sweeping at 1 LS Stipulated $ 5.000 1 LS $ CPO^ (Unit Price in Words) A-4 Potholing and Utility . , « Coordination at « (Price in Words) 5m Revised 1/30/13 Contract No. 6608 (Madison Street) Page 11 of 146 Pages Approximate Item Quantity UnitPrice Total Amount No. Description And Unit (Figures) (Figures) A-5 Construct 18" RCP Storm 580 LF $ ~1-C^ $ oCr) Drain Pipe (Price in Words) A-6 Construct Type B Curb Inlet p. <c^Z4 0 «t '^,7 HO (SDRSD D-2) . ^ » $ o^L.~\KJ (Unit Price in Wo^ds) A-7 Construct Type A4 Stonm -7 ->; < > Q 1 7 r^^ Drain Cleanout (SDRSD D-9) 3 EA $ J^H 0 $__lZ_l_L (Unit Price in Words) A-8 Trench Resurfacing at 640 LF $ 3^.0 $ Z-H^^^Z (Unit Price in Words) A-9 Demo & Replace Existing Curb & Gutter & Sidewalk for , ^ <t M fo ^3 « M r« ^ ^ Proposed Inlet at Station ^ *—^-^^-^— » 1^ ^ ^ 7+41 at Kwv<A/-^tj) fUivl^ -H^T^/^.otiirs (Unit Price in Words) A-10 Tree Removal at A , , 2 EA $ StH? %_J_0]rV_ (Unit Price in Words) A-11 Connect at Existing Storm * 1^?^*$^ « I Drain at A 1 * —'—^ —' (Unit Price in Words) ^'^^ UtHity Relocation-Fire Hy- ^ $ S,(.H(g $ MHip (Unit Price in Words) Revised 1/30/13 Contract No. 6608 (Madison Street) Page 12 of 146 Pages jf.- ^1 Item No. A-13 A-14 A-15 A-16 Descriptfon Utility Relocation - Water Main at TUJP 'j^lun/SouAJ (AM, kwwoWfC' 4(/Ltvi^i; dollars (Unit Price in Words) Utility Relocation - Sewer Lateral at A (Unit Price in Words) Potential Utility Relocation - Sewer Lateral at f^ (Unit Price In Words) Remove and Replace Block Wall at cyvQL Approximate Quantity And Unit 1 EA 1 EA 20 SF A-17 (Unit Price in Words) Signing and Striping at Fgvie- \^AlT^)^c^Jd SiA (Unit Price in Words) A-18 Traffic Control at 3ros A-19 (Unit Price in Words) Utility Relocations not Shown on Plans and as Required by Engineer per General Provi- sions Section 3-3 at Ten thousand dollars (Unit Price In Words) 1 LS A-20 (Unit Price in Words) Record Drawings a Unit Price (Figures) 1 EA $ 7,1 3"^ 56 .H ILS $Jii££l 1 LS $ S.T(j stipulated 1 LS $ 7^3^^^ Total Amount (Figures) $ 10.000 $ "7 ^^5" Revised 1/30/13 Contract No. 6608 (Madison Street) Page 13 of 146 Pages Total amount of bid in words for Schedule "A": OjH- H ynclr-gtj) forir^ -Tnut? TIA (TVfm.iQ.i'. 3tyeia H u^Arl rf 31 f^^-t^} -h^nrp ry!j> I t n t7.s. Total amount of bid in numbers for Schedule "A": $ iMH ^1~47— The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carisbad. the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number —^(fZQf/ , classification A which expires on rp/'b\ l7.oK , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with Califomia law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carisbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no repre- sentation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, fimn, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is I^OIAJ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before com- mencing the performance of the wori< 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 1/30/13 Contract No. 660g (Madison Street) Page 14 of 146 Pages ;;heclc A License - License Detail - Contractors State License Board Page 1 of: ^Contractor's License Detail for License # 862611 DISCU^IMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a llnic for complaint disclosure will appear below. CWck on the link or button to obtain complaint and/or legal action inlbnnation. Per B&P 7071.17 , only construction related civil judgments reported tothe CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. Business Information VAILSTON COMPANY P 0 BOX 2504 CARLSBAD, CA 92018 Business Phone Number: (760) 757-3857 Entity Corporation Issue Date 08/09/2005 Expire Date 08/31/2015 License Status [This license is current and active. i 'All infomiation below should be reviewed. Classifications A - GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond This license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. 3ond Number: 5113981 lond Amount: $12,500 Effective Date: 05/25/2014 pontractor's Bond History Bond of Qualifying Individual The Responsible Managing Officer (RMO) JOHNSTON NATE VAIL certified that he/she owns 10 percent or more ofthe voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 03/06/2007 Workers' Compensation [This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND >olicy Number: 1830438 Effective Date: 07/29/2006 Expire Date: 07/29/2015 • 'orkers' Compensation History Other Personnel listed on this license (current or disassociated) are listed on other licenses. ittps://www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetaiLaspx?LicNum=862611 12/9/201^ Zheck A License - License Detail - Contractors State License Board Page 2 of ittps://www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=862611 12/9/201^ f" IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and sumame) of proprietor (3) Place of Business City and State (4) Zip Code Telephone No. (5) E-Mail (Street and Number) IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and sumame and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business. City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. Revised 1/30/13 Contract No. 6608 (Madison Street) Page 15 of 146 Pages f \n0' IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted V/txils^WX f cJAApc^A'^ IZrvC. (Signature) 'Prf'hlcijL\^ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of C ol lfovvw oK^ (4) Place of Business -^?H k). 'TiA>>Vl 0(A.<L£, VJalUu TkA 'D\J\\C r /Ctroot anH Kliimhar\ ' (Street and Number) City and State ^av\ f\/\ flMrf ^^ C l(\ (5) Zip Code (^2X)(j(\ Telephone No. hrCpO) J^l- -2^51- (6) E-Mail fO(xk^Umtbkv\C0t^anY. Cavw NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 1/30/13 Contract No. 6608 (Madison Street) Page 16 of 146 Pages ACKNOWLEDGMENT State of California County of San Diego ) On 9th Day of December 2014 before me. S. Hall-Vlnyard, Notary Publlc (insert name and title of the officer) personally appeared Nate Johnston who proved to me on the basis of satisfactory evidence to be the person(8r) whose name(8^/afe subscribed to the within instrument and acknowledged to me that(g|ysb©/they executed the same in (^^or/thoir authorized capacity(4e9t, and that b]^?^thetr signature(«) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. I S- HALL-VlliVARO I gyCsgk^ COMM. #1986475 i WITNESS my hand and official seal. 5^^^J^ § i San Oiego Counhf t Sianatur^'OlM^ l^Mf^^^ (Seal) / List below names of president, vice president, secretary and assistant secretary, if a corporation; if a W partnership, list names of all general partners, and managing partners: Revised 1 /30/13 Contract No. 6608 (Madison Street) Page 17 of 148 Pages Bond #: CDGB102545 BIDDER'S BOND TO ACCOMPANY PROPOSAL NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 KNOW ALL PERSONS BY THESE PRESENTS: State National Insurance Company, Inc. administered by: Contractor That we, Vailston Company, Inc. ^ 35 Principal, and Managing General Insurance Agency, Inc.. 20335 * as Surety are held and firmly bound unto the City of Carisbad, Califomia, in an amount as follows: (must be at least ten percent (10%) of the 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. -Ten percent of greatest amount bid (io% of G.A.B.) •Ventura Blvd., Suite 426, Woodland Hills, CA 91364 THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 in the City of Carisbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carisbad, being duly notified of said award, then this obligation shall become null and void; othenwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. W In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Revised 1/30/13 Contract No. 6608 (Madison Street) Page 19 of 146 Pages Executed by PRINCIPAL this 5th day of. December 20il PRINCIPAL: Vailston Company, Inc. (name of Principal) By: , ^ (sign here) ^ (print name here) (Title and Organization of Signatory) By: (sign here) (print name here) (title and organization of signatory) Executed by SURETY this. of December 5th ., 20il day SURETY: state National Insurance Company, Inc. administered by: Contractor Managing General Insurance Agency, Inc. (name of Surety) 20335 Ventura Blvd., Suite 426, Woodland HiUs, CA 91364 (address of Surety) 866-363-2642 (telephone number of Surety) •eof Attorney-in-Fact) Stephanie Hope Shear/Attomey-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 sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM CELIA A. BREWER City Attomey By: AssiltanTCity Xttomey Revised 1/30/13 Contract No. 6608 (Madison Street) Page 20 of 146 Pages Bond No.: CDGB102545 Premium: N/A Taxes & Fees: N/A State National Insurance Conipany, Inc. Administered by: CONTRACTOR MANAGING GENERAL INSURANCE AGENCY, INC. POWER OF ATTORNEY KNOW BY ALL THESE PRESENTS That STATE NATIONAL INSURANCE COMPANY, INC. a corporation organized and existing under the laws ofthe State of Texas, having its principal office in Bedford, Texas does hereby constitute and appoint Stephanie Hope Shear its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, the following bond described as: City of Carlsbad - Northwest (juadrant Stormdrain Program (Madison Street); Contract No. 6608 fori Three Million and 00/100 Dollars ($3.000.000) and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these present, shall be as binding upon STATE NATIONAL INSURANCE COMPANY, INC. as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal ofFice. RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attomey or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, STATE NATIONAL INSURANCE COMPANY, INC. has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 24th day of March, 2014. STATE NATIONAL INSURANCE COMPANY, INC. Terry L. Ledbetter, President Trace Ledbetter, Secretary STATE OF TEXAS County of Tarrant On this24th day of March. 2014 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom, said that each ofthe herein described and authorized officer of STATE NATIONAL INSURANCE COMPANY, INC.; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company. IN WITNESS WHEREOF, I have hereunto set my hand at Bedford, Texas the day and year above written. Xg^^Comm, Exp. 04-21-IS f ^. X.I.Y^»> J><LU^la [Notary Stamp] Signature of Notary 1, Trace Ledbetter. Secretary of STATE NATIONAL INSURANCE COMPANY, INC., do hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey executed by STATE NATIONAL INSURANCE COMPANY, INC., which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attested the seal of said Company this^^^L. day of December 20if. Trace Ledbetter, Secretary CMGIA-SNIC-SUR-014-03/14 CAUFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Los Angeles DEC 0 5 2014 On before me, DATE Personally appeared JAN MICHELLE RIVERA. NOTARY PUBLIC NAME, TITLE OF OFFICER STEPHANIE HOPE SHEAR. NAME(S) OF SIGNER(S) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE hand and official seal. -••-••-•••••-^•^•^•'•-•^•^•'•^•^i-^rtf*; JAN MICHELLE RIVERA | Commission # 1939902 t Notary Public - California z Los Angeles County g My Comm. Expires Jul 3, 2015 5 NOTARY SEAL ACKNOWLEDGMENT State of California County of San Diego ) On Qth Day of December 2014 before me, S. Hall-Vlnyard, Notary PubllC (insert name and title of the officer) personally appeared Nate Johnston ^ , who proved to me on the basis of satisfactory evidence to be the person^ whose name(^^af=e subscribed to the within instrument and acknowledged to me that@/si=ie/they executed the same in (^^timr authorized capacity(4es), and that by^N^her/thetr signature(&) on the instrument the person(s)', or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. .... . ^ , , , . . , I jl^S^ S. HALL-VINVARO \ IKZJ^ COMM. #1986475 i Sk^^^ Notaiy Public-Califomii g WITNESS my hand and official seal. ^W'^sV SanWeooCounh -r j ^^^^^\ltfCait«LS^Mtflkm\ Sianatur^/y- Y^i^ l/L/^d/(JL^_ (Seal) Company Profile Page 1 of^ CALIFORNIA DEPARTMEMT OF INSURANCE Connpany Profile Connpany Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Worlcers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information STATE NATIONAL INSURANCE COMPANY, INC. 1900 L. DON DODSON DRIVE BEDFORD, TX 76021 800-877-4567 Old Company Names STATE NATIONAL INSURANCE COMPANY INC Agent For Service NANCY FLORES C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET LOS ANGELES CA 90017 Reference Information Effective Date 12/16/1994 NAIC #: 12831 California Company ID #: 4291-1 Date Authorized in California: 09/28/1995 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty state of Domicile: TEXAS bacl< to top NAIC Group List NAIC Group #: 0093 STATE NATL GRP Lines Of Business The company Is authorized to transact business within these lines of insurance. For an explanation of any of these terms, piease refer to the glossary. AUTOMOBILE BOILER AND MACHINERY BURGLARY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY WORKERS' COMPENSATION bacl< to top https://iiiteractive.web.insvirance.ca.gov/conipanyprofile/coinpanyprofile?event=companyP... 12/9/2014 ( 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 Or- ganization", "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 othenvise to be performed by forces other than the Bid- der'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 percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render sen/ice in or about the work or improvement, and every subcontractor licensed as a contractor by the State of Califomia 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 C ($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 infonnation mav result in reiection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid Item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor fomi. The ex- planation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perfomi no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Revised 1/30/13 Contract No. 6608 (Madison Street) Page 21 of 146 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perfomi 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 fonn so duplicated. c Revised 1/30/13 Contract No. 6606 (Madison Street) Page 22 of 146 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 The Bidder certifies that it has used the sub-bid ofthe following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Wori< as designated in this list in accordance with applicable provisions ofthe 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 Woric 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 wori( will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITE MS Portion of Work Subcontoaetor Name and Location <rf Business Subcontractor's License No. and Classification Amount of Worit by Sub- contractor in Dollars* Trevwl.v re-sv^xr{^et '1 Zl m7 5v\rw<x,^ CA qn3M2_ P.O. ^£7>/ Gobl-w ?cv? 4- ^^^^ <Wt;Pv/ 1 ... 1 n . — ^ Page. l_ofl . pages of this Subcontractor Designation forni Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt ofthe information pre- ceded 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." Re\rised 1/30/13 Contract No. 6608 (Madison Street) Page 23 of 146 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 The Bidder is required to state what work of a similar character to that included in the proposed Con- tract he/she has successfully periormed and give references, with telephone numbers, which will en- able the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Con- tract Com- pleted Name and Address of ttie Employer Name and Phone No. of Person to Con- tract Type of Work Amount 1 of Con- tract 3/1/m ! Ws' \far\ Va^MAv^ ^se>- 5%- 1 ltW5 \/nvi IcormDin 4S0 ffM ZT-I- loc?^ DYtXiVva skruciwr- S(c<><' •'fPAtX , 1 U 5o^v\bieci(;, cA q 7 12-1 1/ > Cc^\x^ Del %Q[ Jl [SD.m Ur>V/e Oe\&.n cl p„c*xi? /J/ Revised 1/30/13 Contract No. 6608 (Madison Street) Page 24 of 146 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL UABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: ^ Comprehensive General Liability Automobile Liability ^ Workers Compensation [zT Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Wori<ers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of Insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover anv vehicle used in the pertormance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 1/30/13 Contract No. 6608 (Madison Street) Page 25 of 146 Pages CERTIFICATE OF LIABILITY INSURANCE OP ID: VP DATE (MM/DOrmY) 01/14/2015 J THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(8). PRODUCER Rancho Mesa Insurance Services 250 Riverview Parkway #401 Santee, CA 92071 Braden K. Mann Phone: 619-937-0164 Fax: 619-937-0168 Vailston Company, Inc. 774 N. Twin Oaks Valley Rd #C San Marcos, CA 92069 CONTACT NAME: PHONE E-MAIL ADORESS: FAX I !A![Cj_No): PRODUCbR w.M e.i CySTQMER LD «L" "' ™ 1 INSURER[S{^Aff^^^ . , First Mercury Insurance Co INSURER B Golden Eagle Insurance Corp . State Compensation Ins. Fund , Peerless Insurance Company INSURER F : 10657 10836 35076 24198 COVERAGES CERTIFICATE NUMBER: 2 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE lli'|.l:«Vi'/ii POLICY NUMBER GENERAL LIABILITY COMMERCIAL GENERAL LIABIUTY ] CLAIMS-MADE [jCj OCCUR PD/BI DED $6,000 GEN'L AGGREGATE LIMIT APPUES PER: nPOLICYm.'^^^f ntoo NV-CGL-O00aa39593.ai POLICY EFF (MM/DD/YYYY) 02/13/2014 POLICY EXP IMM/DD/YYYYI 02/13/2015 LIMITS EACH OCCURRENCE lOTSJ^TO RENTED I^REMJSESXEa.occuTOncel MED EXPJAny one person) PERSONAL & ADV INJURY GENERAL AGGReGATE___ PRODUCTS - COMP/OP AGG 1,000,000 50,000 EXCLUDED 1,000,000 2,000,000 2,000,000 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNEDAUTOS BA8976932 02/13/2014 02/13/2015 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE EACH OCCURRENCE 1,000,00C CA.EX.Oaa0037213.O1 12/18/2013 02/13/2015 AGGREGATE 1,000,000 DEDUCTIBLE RETENTION $ WORKERS COMPENSATION ANO EMPLOYERS' UABIUTY y , ,4 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERMEMBER EXCLUDED? (ManflatorylnNH) ifyes, describe under DESCRIPTION OF OPERATIONS iMlow I TORY UMITS I TOTi+ I ER 1830438-14 07/29/2014 07/29/2015 E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L DISEASE - POLICY UMIT 1,000,000 1,000,000 1,000,000 Rented/Leased Equipment IM8970513 02/13/2014 02/13/2015 Limit Ded. 150,000 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACOR0101, Additional Remai1<s Schedule, if more space is required) FE: OiRLSBAD NORTHWEST QUADRANT STORM DRAIN. THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLtlNTEERS ARE INCLUDED AS ADDITIONAL INSURED PER TORM CG2033 AND CG2037 ATTACHED. PRIMARY AND NON-CONTRIBUTORY WORDING APPLIES. CERTIFICATE HOLDER CANCELLATION CITYCAR CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD, CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2009/09) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: NV-CGL-0000039593-01 COMMERCIAL GENERAL LIABILITY W CG 24 04 10 93 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the foiiowing: COMIVIERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: As required by written contract signed by both parties prior to loss (If no entry appeals above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TR/\NSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - GOMMERCI/y. GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contrad with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Pagel ofl POLiCY NUMBER: NV-CGL-0000039593-01 COMMERCIAL GENERAL LIABILITY CG 20 37 04 1 3 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided underthe following: COIVIMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE NameOf Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As required by written contract signed by both parties priorto the loss. Coverage under this endorsement applies only to "Commerciai Construction". 'Commercial Construction" means all construction activity that s lot "Residential Construction". "Residential Construction" means all construction activity aerformed on townhouses, condominiums, cooperatives, duplexes, triplexes, fourplexes, and single-family detached lousing that is intended to be, will be, or is maintained or sold for the purpose of being used by natural persons as a dwelling and includes any associated improvements to real property, infrastructure improvements, grading, excavating, utility work, road paving, curb, or sidewalk work. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law, and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additbnal insured vAW not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additbnal insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits Insurance shown inthe Declarations; whichever is less. of CG 20 37 04 1 3 t Insurance Services Office, Inc., 2012 Page 1 of 1 NAMED INSURED: VAILSTON COMPANY, INC. POLICY NUMBER: NVCL0000039593-01 COMMERCIAL GENERAL LiABiLITY CG 20 330413 w THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to include as an additional insured any person or organization for whom you are perfomiing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by 1. Your acts or omissions: or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organizaftion's status as an addittonal insured under this endorsement ends when your operations fi3r that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exdusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusbn applies even ifthe claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employrtient, training or monitoring of others by that insured, if the "occurrence" which caused the "bodiiy injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professtonal architectural, engineering or surveying services. CG 20 33 04 1 3 Insurance Services Office, lnc, 2012 Page 1 of 2 Z "Bodily injury" or "property damage" occurnng after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf ofthe additional insured(s) at the location of the covered operations has been completed; or b. That portton of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the additional insured is ttie amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insurance shown inthe Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 33 0413 < Insurance Services Office, lnc, 2012 Page 2 of 2 POLICY-NUMBER: NVCGL0000039593-01 NAMED INSURED: VAILSTON COMPANY, INC THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE This endorsement modfies insurance provided underthe folowing: COIVIMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABIUTY COVERAGE PART To the extmt that Ihis insurance is afforded to any additional insured inder this policy, SECTION IV - COMMERCIAL GBIERAL UABILITY CONDITIONS, 4. Other Insurances is deleted in its entirety and replaced with thefollowingcondtlion: 4. Other Insurance If all of the other insurance permits contribution by equal shares, we will follow this method unless the insured is required by written contract signed by both parlies, to provide insurance that is primary and non-contributory, and the "insured contract" is executed prior to any loss. Where required by a written contract signed by bdh parties, this insurance will be prin^ry and non-contrbuting only when snd to the extent as required by that contract. However, underthe contributoiy ^proach each insurer contributes equal amounts until it has paid its applicable limit of insurance ornone of the loss remains, whichevercomes first. If any of the otier insurance does not permit contribution by equal shares, we will contribirte by lirrits. Underthis method, each insurer^ share isbasedon the ratio of its applicable limit of insurance tothe total applicablelimits of insuranceof all insurers. ALL OTHER TERMS AND CONDITIONS OF THE POUCY REMAIN UNCHANGED. This endorsement fornis a part of the Policy to which atbched, effective on the inception date of the Policy unless othenwise stated herein. (The following information is required only when this endorsement isissued subsequent to preparation ofthe Policy.) Endorsement effective 02/13/14 NVCGL0000039593-0^"<^°^®'^^"*'^°- 1 Named Insured Vailston Company, Inc. Countersigned by. FMIC-GL-1002(10/2012) BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of Carifornia? yes 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debar- ment(s)? Attach additional copies of this page to accommodate more than two debannents. party debarred party debarred agency agency period of debarment period of debannent BY CONTRACTOR: (name (Contractor) (sign here) (print nameAitle) Page \_ of \ pages of this Re Debamnent form Revised 1/30/13 Contract No. 6608 (Madison Street) Page 26 of 146 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, Califomia 95826. 1) Have you ever had your contractor's license suspended or revoked by the Califomia 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? _h_ yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- %^ tractor'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? X 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 violatbn that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page L of _^ pages of this Disclosure of Discipline fonn Revised 1 /30/13 Contract No. 6608 (Madison Street) Page 27 of 146 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Tvsc. NlfAtlbkA [{jvv\Pa\Av/ (name rf#85ntraetor) ' dxJr (print name/title) Page (_ of J pages of this Disclosure of Discipline fomri Revised 1/30/13 Contract No. 6608 (Madison Street) Page 28 of 146 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBUC CONTRACT CODE SECTION 7106 NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 The undersigned declares: I am the ^rp<,^x^oi \lfK>'kU/tAA^the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overtiead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infor- mation or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of Califomia that the foregoing is true and correct and that this declaration is executed on ,0^<S^ 3 fl^ , 20 /S~at SrmYVliMlo [city], Cf\ [state]. >ignature of Bidder Revised 1/30/13 Contract No. 6608 (Madison Street) Page 29 of 146 Pages f CONTRACT PUBLIC WORKS This agreement is made this 11-^ day of. 20iS, by and between the City of Carisbad, California, a municipal corporation, (hereinafter called "City"), and Vailston Company Inc., a California corporation whose principal place of business is 774 N. Twin Oaks Valley Road, Suite C, San Marcos, CA 92069 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equip- ment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Tech- nical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds forthe project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, specified, and Implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure ofthe Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 1/30/13 Contract No. 6608 (Madison Street) Page 30 of 146 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, f 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 infor- mation that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time re- quired 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 In- dustrial 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 Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. c Revised 1/30/13 Contract No. 6608 (Madison Street) Page 31 of 146 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and in- demnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, f " injury and liability of every kind, nature and description, directly or indirectly arising from or in connec- W tion with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award ofthe contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award ofthe contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Con- tractor, whether intentional or othenwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established forthe risks forwhich the City or its agents, officers or employ- ees 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 ofthe contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities performed by or on behalf of the Contractor; products and com- pleted operations ofthe contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate doc- uments attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. \¥ Revised 1/30/13 Contract No. 6608 (Madison Street) Page 32 of 146 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, em- f' ployees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured reten- tion levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication ofthe Department of Insurance ofthe State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accord- ance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (com- mencing 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 ofthe contract, all claims shall com- ply 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 agree- ment. ^il^ Revised 1/30/13 Contract No. 6608 (Madison Street) Page 33 of 146 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carisbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carisbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by an- other jurisdiction is grounds for the City of Carisbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 1^ I have read and understand all provisions of Section 11 above. init inl. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above. Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. ¥ Revised 1/30/13 Contract No. 6608 (Madison Street) Page 34 of 146 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 othenwise, 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 CITY OF CARLSBAD a municipal corporation of the State of California (CORPORATE SEAL)^ CONTRACTOR: (name of Contractor) _ ""MsytJr C?»-v/^^ Kathryn B. Dooson, Assistant Ci (sign here) , ATTEST: ty Manager ^ ' )rint.name and titl^) ^i^/^^^ BARBARA ENGLESON, Clerk (gigrrlfere) ^ - afrid title) ' (print name President or vice-president and secretary or assistant secretary must sign for corporations. If only oney officer signs, the corporation must attach a resolution certified by the secretary or assistant secretar^ under the corporate seal empowering that officer to bind the corporation. ^r^fr/ APPROVED AS TO FORM: /"-r. /I f- CELIA A. BREWER City Attorney By: Assfstant City Attorney \ ¥ Revised 1/30/13 Contract No. 6608 (Madison Street) Page 35 of 146 Pages CALiFORNiA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of pi-g^»: ) On harxJ^ n ;;?oJS before me, /jLrh'cla i rtVi'^jaR^y-gS, /\jc)4a>y/X.^h):c:. Date Here Insert Name and Title of the Officer personally appeared j<q'Hi^n £>, T^og/.so'n Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persor;^^^whose namej(^is/aFe- subscribed to the within instrument and acknowledged to me that>ie7she/jthey executed the same in |>is/her/tt»eir authorized capacityiie^, and that by^is/her/tbetr signature(s)-on the instrument the persorj^^ or the entity upon behalf of which the persoo(s^acted, executed the instrument. LEflcFA fREVINO REYES [ COMM. #1994847 i Notary Public • California g San Diego County -t My Comni. Exp^ S'^J\ [ 1 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. Sianature /^^i^^tufV^ vZlAjryi^ /^^A-AVCQ Signature of Notary Publ^ Place Notary Seat Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or_ fraudulent reattachment of this form to an unintended document. Descriptionof Attached Document Title or Type oT^BoQument: Number of Pages: Signer(s) Other Than Named Capacity(les) Claimed by Signer^ Signer's Name: Jnt Date: I Genec • Corporate Officer — Title(s): • Partner - • Limited • ' • Individual • Attorn^y-tfT Fact • Trustee • GuafSian or Conservator • Other: Signer's Name: • Corporate Officer — Title(s): ' — • Limited • General • Indivldtial • Attorney in Fact • Trustee • Guardian or Conservator • Other: §senting: Signer Is Representing: 52014 National Notary Association • www.NationalNotary.org • 1 -800-US NOTARY (1 -800-876-6827) Item #5S Bond Number: 54-204223 Premium included in Performance Bond "%»»».• LABOR AND MATERIALS BOND WHEREAS, the City Counca of the City of Carisbad, State of Catifornia, by Resolution No. N/A, adopted N/A, has awarded to Vailston Company, Inc. (hereinafter designated as the "Pnncipal"), a Contract for: NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 in the City of Carisbad, In strict conformity with the drawings and specifications, and othf r Contract Documents now on file in the Office of the City Cleric of the City of Carisbad and all ofi which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the fumishing of a bond, providing that if Principal or any of their subcontractors shati fall to pay for any materials, provisions, provender or other supplies or teams used In, upon or alxjut Ihe perfor- mance of the work agreed to be done, or for any wori< 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, Vallston Company, Inc., as Principal, (hereinafter designated as the "Con- tractor"), and Financial Pacific Insurance Company ^ , as Surety, are held finnly bound unto the City of Carisbad In the sum of ONE HUNDRED FORTY FOUR THOUSAND SEVEN HUNDRED FORTY TWO Dollars ($144,742), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the temis of the contract by the City of Carisbad, and forwhich payment well and truly to be made we bind ourselves, our heirs, exec- utors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment In- surance Code with respect to the work or labor performed under this (^ntract, 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 Unem- ployment Insurance Code with respect to the wori< 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 Califomia Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in Califomia Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of 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 woric or to the specifications. Revtsed 1/30/13 Contract No. 6608 (Madison Street) Page 36 of 146 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 January CONTRACTOR: Vailston Company, Inc. (name of Contractor) By: (sign here) Nate Johnston 72. .. 20J[5_ (print name here) President By:. atle and organization,of signatory) (sign here) (print name here) (title and organization of signatory) Executed by SURETY this. of January 22nd day SURETY: Financial Pacific Insurance Company (name of Surety) 3880 Atherton Rd, Rocklin, CA 95765 (address of Surety) 800-371-8067 (telephone number of Surety) 20 15 (signature of Atti Matthew C. Gaynor in-FaCt) (printed name of Attorney-in-Fact) (attach corporate resolution showing cun-ent power of attomey) (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 onty one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorn By: M ^ Assistant City Attorney i Revised 1/30/13 Contract No. 6608 (Madison Street) Page 37 of 146 Pages 101 Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 UNII ED f IRE & CASUALTV COMPANY, CEDAR RiclPIDS, IA UNITED FIRE & INDEMNITY COMPANV, GALVESTON, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file al Home Oflice of'Company - See Certilication) KMOW ALL PERSONS BY THESE PRESENTS, Hiat UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under "he laws, ofthe Slate of Iowa; UNITED FIRE & INDEMNITY COMPANY, a coqTOralion duly organized and existing under the laws of tlie State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the Slale of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint DANIEL FRAZEE, OR KIM VASQUEZ, OR MATTHEW C. GAYNOR, ALL INDIVIDLTALLY of SANTEE CA their true and lawfiil Altomey(s>in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawflii bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, oOO, 000.00 and to bind the Companies thereby as ftiUy and to the same extent as if such instruments were signed by the duly authorized officers ofthe Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. TheAuthorityhereby granted shall expire the 12th day of December, 2016 unless sooner revoked CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. by UNITED FIRE & Tliis Power of Attomey is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY C(3MPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI - Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-I'act. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakmgs and other obligatory instnmients of like natare. Tlie signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of atlomey or special power of attomey or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal ofthe Companies^ to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority shall have fiill power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. vv''^^"^"'fi.'i(,''/,, .v>^'"''"i!i's'''% wiiiNbss WHtia:.uf, tne cuMrAiNitb nave eacn causea inesepresents 10 oe sigi) ^^i /^^i^—vice president and its corporate seal to be hereto affi^ day of Decembe ^* '° UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: Vice President State of Iowa, Gouaty of Linn, ss: On 12th day of December, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly swom, did depose and say; that he resides in Cedar Rapids, State of Iowa; thai he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described m and which executed the above instniment; that he knows the seal of said corporations; that the seal affixed to the said instnunent is such corp<}rate seal; that it was so affixed piffsuant lo authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to bc the act and deed of said corporations. |i :lMjNI Nota|^I%)lie My commission empires: 4/23/1011 1* Judith A. Davis 1* Iowa Notarial Seal Comrpission numtter 173Q41 My Commission Expires 4/23/2015 I, David A. Lange, Secretary of UNITED FIRE <St CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylam and resolutions of said Corporations as set forth in said Power of Attomey, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole ofthe said originals, and that the said Power of Attomey has not been revoked and is now in Ml force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal ofthe said Corporations this 77nci day of jannary , 20JL5—• .^lllllllU,, '"iiiimn^* BPOA0045 0913 '"nimti«* By: Secretary, UF&C Assistant Secretary, UF&I/FPIC Company Profile Page 1 of 2 Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Worlcers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information FINANCIAL PACIFIC INSURANCE COMPANY PO BOX 292220 SACRAMENTO, CA 95829-2220 Old Company Names 1^. L. GATES INSURANCE COMPANY Agent For Service MARY BIANCO 3880 ATHERTON ROAD ROCKLIN CA 95765 Reference Information Effective Date 12/30/1993 NAIC #: 31453 California Company ID #: 3132-8 Date Authorized in California: 12/31/1987 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile; CALIFORNIA 0248 UNITED FIRE & CAS GRP back to top NAIC Group List NAIC Group #: Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any'of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGU\RY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyP... 2/18/2015 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego J On January 22, 2015 before me ^^^hy Scheuerman, Notary Public (insert name and title of the officer) personally appeared Matthew C. Gaynor who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature tffTJl^^^ ^Oha/^A/^^£ KATHYSCHEUERMAN Commission # 2062091 Notary Public - California 191 I 1 N2Jg5^ 1^ Q^j^^ Expires Mar 28,2018 ^ (Seal) J 1 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ACKNOWLEDGMENT State of California County of V) o ) On 3ant;arc4 ^3^^, ZQ^S before me, F>^/P;g^-/ }-i^i\J^Go^. t^oTfi^t^y Pu&UC (insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(0 whose name($) is/ate- subscrlbed to the within Instalment and acknowledged to me that he/sb«fcey executed the same in fils/h«/tbeir authorized capacityOes), and that by his/herfthetr signatureJiaO 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. I* * ' - - 1 _ I y^abK FARtOEHIMMSOOR WITNESS my hand and official seal. Z^OHV * Califomia 2\^^Kf San Diago County g ^ MyComm.toira«Si>?l^g0i5^ Sianature T^(ir,'oljd\P\ain(oOj^ (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego J On 17th day of February 20: before me, personally appeared Paul Kratka S. Hall-Vinyard, Notary Public (insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. j >^ ' V HALlj^lNYAR^^ ' [ WITNESS my hand and official seal. S. HALL-VINYARD COMM. #1986475 Notary PiJl)Nc-Califomia g San Oiego County -t iHf Comm. Bq)ir»s jitfa^XK [ Signatu^ (Seal) Bond Number; 54-204223 Premium: $2,895 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of Califomia, by Resolution No. N/A, adopted N/A, has awarded to Vailston Company, Inc., (hereinafterdesignated as the "Prlncipar), a Contract for: NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications^ and other Contract Documents now on file in the OfRce of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful perfonnance and warranty of said Contract; NOW, THEREFORE, WE, Vallston Compnay, Inc., as Principal, (hereinafter designated as the "Con- tractor"), and Financial Pacific Insurance Company as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of ONE HUNDRED FORTY FOUR THOUSAND SEVEN HUNDRED FORTY TWO Dollars ($144,742)said sum being equal to one hun- dred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these pre- sents. THE CONDITION OF THIS OBLIGATION IS SUCH that ifthe above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall In ali things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alter- ation thereof made as therein provided on their part, to be kept and performed at the time and in the manrrer therein specified, and in all respects according to their true intent and meaning^ and shall indemnify and save hannless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; othenvise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition tothe face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, in- curred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revtsed 1/30/13 Contract No. 6608 (Madison Street) Page 38 of 146 Pages In the event that Contractor is an individual, it is agreed that the death of any isuch Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 7^ day of January 20 15 CONTRACTOR: Vailston Company, Inc. (name of Contractor) By: (sign here) Nate Johnston (print name here) President (Title and Organization of Signatory) (sign here) (print name here) ^ ^^ (Title and Orgsinizatidn oi^signatory) Executed by SURETY this, January SURETY: 22nd . day of 20J5_ Financial Pacific Insurance Company (name of Surety) 118 2nd Avenue, SE „„C,edar,.RaBids IA,.524,QZ . (address of Surety) 319-247-6144 (telephone numbec of Surety) (signature of Attdrney;fi-Fact) Matthew C. Gaynor (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTIViCTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corDorations. If onlv one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attomey Alsistant City m^mH Revised 1/30/13 Contract No. 6608 (Madison Street) Page 39 of 146 Pages Surety Department 118 Second Ave SE Cedar Rajpids, lA 52401 UNITED FIRE & CASUALTY COMPANY, CEDAR RAflDS, IA Inquiries UNITED FIRE & INDEMNITY COMPANY, GALVESTON, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company - See Certification) KNOW ALL PERSONS BY THF.SF. PltESENTS, That UNITED FIRE & CASUALTY COMPANY, aconwration duly organized and existing under 'le laws ofthe State of Iowa; tJNITED FIRE & INDEMNITY COMPANY, a corix)ration duly organized and existing under the laws ofthe State of fexas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing imder the laws of the State of Califomia (herein collectively called the Companies), and having their coriwrate headquarters in Cedar Rapids, Slale of Iowa, does make, constitute and appoint DANIEL FRAZEE, OR KIWI VASQUEZ, OR MATTHEW C. GAYNOR, ALL INDIVIDUALLY of SANTEE CA their tme and lawful Attomey(s)-iit-Fact with power and authority hereby conferred to sign, seal and execute in its belialf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, oOO, 000.00 and to bind the Companies thereby as fully and to the same extentas if such instruments were signed by the duly authorized officers ofthe Companies and all of the acts of said Attomey, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the i2tn day of December, 2016 unless sooner revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEM'NITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attomey is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE, & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY "Article VI - Surety Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact. "The President or any Vice President, or any other officer ofthe Companies may, from time to time, appoint by writlen certificates atlomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile lo any power of attorney or special power of attomey or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal ofthe Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority shall have full power lo bind the Companies by their signature and execution of any such instmments and to attach the seal ofthe Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Compaiaies may at any time revoke all power and authority previously given to any attomey-in-^^^ ^,>.<"*1^'S o>^>"j;"i;iX IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its •^^^^'''''^^r.^ x'-!**!^—-^''i'',. virpnrpsiHpnt sinfl its cnnwflle seal to he hereto affixed this 12th rlav of December. 2014 \ ^t%^^^~^S^p% ^•^^0^t1'^'^o''' ^''^^ president and its corporate seal to be hereto ;'| ig/coRfORATT\^\ i^/d'l^^, 3-^^ UNITED FIRE & "NITED NANC 9x '"'"oiimiiv"**"'''^ affixed this 12th day of DfeCeitiber, & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FfNANCIAL PACIFIC INSURANCE COMPANY Vice President State of Iowa, County of Linn, ss: Oti 12th day of December, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and wbich executed the above instmment; that he knows the seal of said corporations; that the seal affixed to the said instmment is snch corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations, y"^ My commission oJpires: 4/2,V20I5 Jiidilh A. Davis ... Iowa Notarial Seal Commission number 173Q41 IVly Commission Expires 4/23/2015 I David A I ange Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of t^NITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy ofthe Power of Attorney and affidavit, and the copy of the Section of the bylaws and resoluUons of said Coqwrations as set forth in said Power of Attomey, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correcl transcripts thereof, and of the whole of the said originals, and that the said Power of Attomey has not been revoked and is now in full force and effect. In testimony whereof! have hereunto subscribed my name and affixed the corporate seal ofthe said Corporations this ??nf^ day of January _—.20JL5_- ? ,5/CORFORAl 3 • fcf — u = BPOA0045 0913 By Secretary, UF&C Assistant Secretary, UF&I/FPIC Company Profile Page 1 of 2 Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Unes of Business WQrl<ers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information FINANCIAL PACIFIC INSURANCE COMPANY PO BOX 292220 SACRAMENTO, CA 95829-2220 Old Company Names 1^. L. DATES INSURANCE COMPANY Agent For Service |v|ARY BIANCO 3880 ATHERTON ROAD ROCKLIN CA 95765 Reference Information Effective Date 12/30/1993 NAIC #: 31453 California Company ID #: 3132-8 Date Authorized in California: 12/31/1987 License Status; UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: CALIFORNIA 0248 UNITED FIRE & CAS GRP back to top NAIC Group List NAIC Group #: Lines Of Business The company is authonzed to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyP... 2/18/2015 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity ofthe individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On 17th day of February 20: before me, Paul Kratka S. Hall-Vinyard, Notary Public (insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signatu COMM. VISIMTS NotavPuHc-CMlMnta SanOimCMintr MyComin.BiBi»»Ji»a (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego .) On January 22, 2015 before me, ^^^^^ Scheuerman, Notary Public (insert name and title of the officer) personally appeared Matthew C. Gaynor who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 1 xf^v^SX KATHY SCHEUERMAN t Commission # 2062091 Z WITNESS my hand and official seal. Notary Public - California 1 San Diego County g My Comm. Expires Mar 28,20181 Signature /^^rXf^^ ^j(^k\0{i(l/\ ^^/\^ (Seal) I A notary public or other officer completing this certificate verifies only the identity of the individual who signed the docunnent to which this certificate is attached, and not the tmthfulness, accuracy, or validity of that document. ACKNOWLEDGMENT State of Catifornia County of ^avt LXt-C^O Z.cfl'^ before me, H) (insert name and title of the officer) personally appeared fSm^ V(^>i- '^nUiJ^rj/^ who proved to me on the basis of satisfactory evidence to be the person(^ whose name(s?) is/afe- subscribed to the within instrument and acknowledged to me that he/she^y executed the same in his/hefitheir authorized capacityjje^, and that by his/hefftheir signaturefj/) on the instrument the person(s), or the entity upon behalf of which the personpsO acted, executed the instrument. I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ^Qri d^'t^ Mdftfo^*^ MmOEHMANSOOR CpfflffliMlm # 1M9384 NoHryPuWte.CHlfomii San Oiigo County fCanm. ExpiftsSepgi.zoisI (Seal) OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Cartsbad whose address is 1200 Carlsbad Village Drive, Cartsbad, Catifornia, 92008, hereinafter catted "City" and _whose address is hereinafter catted "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of Catifornia, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into be- tween the City and Contractor for NORTHWEST QUADRANT STORM DRAIN PROGRAM (MADISON STREET) CONTRACT NO. 6608 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equat to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Con- tractor as the beneficial owner. 2. The City shalt make progress payments to the Contractor for such funds which othenwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities ofthe parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying alt fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses ofthe City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shalt be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. ^¥ Revised 1 /30/13 Contract No. 6608 (Madison Street) Page 40 of 146 Pages- ^ 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account onty by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of defautt by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the defautt, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and comptete and that the Contractor has complied with att requirements and procedures applicable to the Contract, the Escrow Agent shalt release to Contractor att securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of alt moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title Name FINANCE DIRECTOR Signature. For Contractor: Address 1635 Faradav Avenue. Carlsbad. CA 92008 Title Name For Escrow Agent: Signature. Address _ Title Name Signature. Address At the time the Escrow Account is opened, the City and Contractor shalt deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 1/30/13 Contract No. 6608 (Madison Street) Page 41 of 146 Pages f IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature. Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature. Address Revised 1/30/13 Contract No. 6608 (Madison Street) Page 42 of 146 Pages GENERAL PROVISIONS FOR NORTHWEST QUADRANT STORM DRAIN PROGRAM-2013 (VALLEY STREET-EAST SIDE, HIGHLAND DRIVE AND LINDA LANE) CONTRACT NO. 6608 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Untess othenwise stated, the words directed, required, permitted, ordered. In- structed, designated, considered necessary, prescnbed, 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", "sched- uled", or words of similar import are used, it shalt be understood that reference is made to the plans accompanying these provisions, untess stated othenwise. 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 othenwise. The word "required" and words of similar import shall be un- derstood to mean "as required to properly complete the work as required and as approved by the Engineer," untess stated othenwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of simitar import are used, it shalt be understood such words are followed by the expression "in the opinion of the Engineer", unless othenwise stated. Where the words "ap- proved", "approval", "acceptance", or words of simitar import are used, it shall be understood that the approval, acceptance, or simitar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex- pense, Shalt perform att operations, tabor, toots and equipment, and further, including the furnish- ing 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 tabor, materials, toots, equipment, and transportation. Revised 11 /24/10 Contract No. 6608 Page 43 of 146 1-2 Definitions. The fotlowing 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 bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carisbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duty authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carisbad or the Board of Directors of Carisbad Municipal Water District. Bond - Bid, perfonnance, and payment bond or other instrument of security. City Council - the City Council of the City of Carisbad. City Manager - the City Manager of the City of Carisbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Govemment 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 documen- tation 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 0 Revised 11724/10 Contract No. 6608 Page 44 of 146 from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perfomn the Work. In the case of work being done under pemnit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac- tor" 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 untess othenwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supen/isor and second level of appeal for infomnal dispute resolution. Dispute Board - Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carisbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carisbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street tight assembly complete, including foundation, standard, luminaire amn, lumi- naire, etc. Engineer - The City Engineer of the City of Carisbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - A singte contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may onty 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 witt execute the Contract. Revised 11 /24/10 Contract No. 6608 Page 45 of 146 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 - Emptoyees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, 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 teases 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 wilt 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 admin- istration and first level for informat 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 pubtished at the time of advertising the project or issuing the pemnit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Refer- ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". Revised 11 /24/10 Contract No. 6608 Page 46 of 146 State - State of Catifornia. 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, fimn, 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, sub- base, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supen/ision by the Engineer, shalt mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equat 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 ease- ment. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all tabor, materials, equipment, and sen/ices. Revised 11 /24/10 Contract No. 6608 Page 47 of 146 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. Att abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" pubtished 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 APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BOR 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 GAB Crushed aggregate base CAL/OSHA Califomia 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 Califomia 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 ....Cementtreated 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 cun/e ECR End of curb retum EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign Revised 11/24/10 Contract No. 6608 Page 48 of 146 - FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwali 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 i Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL ..Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of cun/ature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical cun/e 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 cun/e PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio V Revised 11/24/10 Contract No. 6608 Page 49 of 146 (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HWY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing 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 cun/e VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Wori< 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 GRl Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Undenwriters' Laboratories Inc. USGS United States Geological Sun/ey Revised 11/24/10 Contract No. 6608 Page 50 of 146 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 St units shall control. S.l. 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 St system and a more extensive set of conversion factors. 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customarv Unit (Equal To) Si Unit /Abbreviatiol^ (Abbreviations) 1 mit (=0.001 in) 25.4 micrometer (^nn) 1 inch (in) 25.4 millimeter {mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) °-^9f^'^®!®'' H 1 yard (yd) 0-9144 meter (m) 1 mile (mi) 1 -6093 kilometer (km) 1 square foot (ft^j 0.0929 square meter (m^l 1 square yard (yd^) 0.8361 square meter (m^) 1 cubic foot (ft=^ 0.0283 cubic meter m^ 1 cubic vard (vd^') 0.7646 cubic meter (m^) 1 acre 0.4047 hectare (ha) 1 U.S.gaNon"(g"atr^^ 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29 f735 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 (= 9(37 kg) 1 Poise O 'l pascal second (Pa 1 centistoke (cs) 1 square millimeters per second {mm^/s) 1 pound force (Ibf) ^.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-tbf]/s) 1 -3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations . Degree Pahrenheit ("F): '^^9''?o®r-^®i®oVf. C^^' °F = (1.8 X °C) + 32 °C = (°F - 32)/1.8 SI Units (abbreviation) Commonlv Used in Both Svstems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (tm) 1 second (s) Common Metric Prefixes kilo (k) 10=^ s) Revised 11 /24/10 Contract No. 6608 Page 51 of 146 1-5 centi (c) 10 ^ milli (m) lO-^ micro (|i) 10"^ nano (n) 10"^ pico (p) lO"'^ SYMBOLS A Z 1 / o PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number Der or (between words) Degree Property line Centeriine Survey line or station line Revised 11/24/10 Contract No. 6608 Page 52 of 146 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 wilt accrue to it under the Contract, tf given written notice, such assignment wilt be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to att proper withholdings in favor of the Agency and to att deductions provided for in the Contract. Alt money withheld, whether as- signed 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 fotlowing excerpts or summaries of some of the requirements of this Chapter are included betow 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 tabor or render sen/ice 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), which- ever is greater." "(b) The portion of the work which wilt 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 perfomned under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perfomn that portion itself, and shalt perform that portion itself, except as othenwise 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. V Revised 11 /24/10 Contract No. 6608 Page 53 of 146 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 Con- tractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 per- cent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equat 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, tn any proceed- ings underthis section, the prime contractor shall be entitled to a public hearing before the Board and Shalt be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be perfonned 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 witt be based on the estimated percentage of the Contract Unit Price. This will be determined from j^^. infomnation 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 subcon- tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con- tractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shalt 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 Con- tract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by alt of the documents enumerated in Code of Civil Proce- dure 995.660 (a). The Bidder shall pay att bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (tabor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Con- tractor shalt provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the ternis of this contract. Revised 11 /24/10 Contract No. 6608 Page 54 of 146 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 wilt be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and wilt 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 att claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the fotlowing documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by taws, 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 commis- sioner. 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 shalt renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice witt 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 Wori< 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 Specifica- tions, to which the Engineer shalt have access at att times. The specifications for the work include the General Provisions, project technical specifications, Carisbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter desig- nated "SSPWC", as amended. The construction plans consist of one set designated as City of Carlsbad Drawing No. DWG 457- 41 and consists of five 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 Carisbad Engineering Standards and Carisbad Standard Drawings, as issued by the City of Carlsbad and the Carisbad Municipal Water District, hereinafter designated as CES and Revised 11 /24/10 Contract No. 6608 Page 55 of 146 CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as Appendix B to these General Provisions. The Plans, Specifications, and other Contract Documents shall govem the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Speci- fications and not shown on the Plans, or shown on the Plans and not specified in the Specifica- tions, shall be as though shown on or specified in both. The Plans shalt be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shalt be removed and disposed of by the Contractor. The Contractor shalt, upon discovering any error or omission in the Plans or Specifications, im- mediately 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 5) Carisbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carisbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. Revised 11 /24/10 Contract No. 6608 Page 56 of 146 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, untess such deviations were specifically called to the attention of the Engineer in the tetter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless other- wise specified in the Special Provisions. Each submittal shall be accompanied by a tetter of trans- mittal. 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 shalt be consecutively numbered. Each set of shop drawings and sub- mittals 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 comptete 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. Revised 11/24/10 Contract No. 6608 Page 57 of 146 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." o By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Section Num-Title Subject ber 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construc- tion 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Fa-Polyethylene Liner Installation cilities 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Dia-Traffic Signal Construction grams o Revised 11/24/10 Contract No. 6608 Page 58 of 146 o o Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shalt be prepared by a Civil or structural Engineer registered by the State of Catifornia. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or as- sembled 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 infomnation is information required by the Specifi- cations 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 othenwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shalt be bound together and include all manufactured items for the sys- tem, tf resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the fottowing and is required unless othenwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201 -1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bul- letins, specifications, diagrams, product samples, and other information necessary to de- scribe 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, manufac- tured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as- built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and alt 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 perfomning 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 comptete the Contract in a satisfactory manner. Unless othenwise provided, the Contractor shall furnish all ma- terials, 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 onty at the tocation of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are availabte for inspection at the office of the Engineer. Any additional subsurface exploration shalt be done by Bidders or the Contractor at their own expense. The indicated elevation of the water tabte is that which existed on the date when test hole data was determined, tt 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 togs and groundwater actually encountered during construction will not be considered as a basis for extra work. Revised 11 /24/10 Contract No. 6608 Page 59 of 146 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work witt be pro- vided by the Agency. Unless othenwise 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 shalt 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 Con- tractor shall employ a licensed land sun/eyor or a registered civil engineer authorized to practice land sun/eying within the State of Catifornia, hereinafter Sun/eyor, to establish the tocation of the monument before it is disturbed. The Contractor shalt have the monument replaced by the Sur- veyor no later than thirty (30) days after construction at the site of the replacement is completed. The Sun/eyor 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 sun/ey monument is tocated, 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. 2-9.2 Survey Service. The Contractor shall hire and pay for the sen/ices of a Sun/eyor, herein- after Sun/eyor to perfomn all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide sun/eying sen/ices as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Sun/eyors Act. Sun/eyor shall be resident on the site during all sun/eying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All sun/eying data submittals shall conform to the require- ments 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 sun/eying required herein to the Engineer within ten days of perfomning the survey. All surveying field notes, grade sheets and sun/ey calculations shall be submitted in bound form on 215mm by 280 mm (SW' by 11") paper. The field notes, calculations and support- ing data shalt be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from eariier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of obsen/ation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or docu- mentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Sun/eys Manual". The Contractor shall have a Record of Sun/ey prepared by the Sun/eyor and file it in confomnance with §§ 8700 - 8805 of the State of Califomia Business and Professions Code when the Surveyor performs any sun/eying 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 sun/ey monument. SDRS drawing M-10 type monu- ments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centeriines are permanent sun/ey monuments. The Record of Sun/ey shall show all monuments set, control monuments used, the basis of bearings and att other data needed to determine the procedure of sun/ey and the degree of accuracy attained by the field sun/eying including the unadjusted ratio of ctosure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey /^Hk shall show the location and justification of tocation of all permanent monuments set and their W Revised 11 /24/10 Contract No. 6608 Page 60 of 146 relation to the street right-of-way Record(s) of Sun/ey(s) shalt be submitted for the Engineer's review and approval before submittal to the County Sun/eyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater inten/als than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal toca- tions where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Sun/eyor and inspected and approved by the Engineer before the start of con- struction in the area marked. Centeriine monument shall have the disk stamped with the date the monument was set and the registration number of the Sun/eyor. Habitat mitigation sites and other areas to be presen/ed that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the tocation of adjacent facilities being constructed as a part of the contract the Contractor shalt place stakes defining the horizontal and vertical location of such adjacent utility vaults, potes or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Revised 11 /24/10 Contract No. 6608 Page 61 of 146 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake De- scription ® Centerline or Parallel to Centerline Spacing®, ® Lateral Spacing (D, © Setting Tolerance (Within) Street Center- line SDRS M- 10 Monu- ment <1000', Street intersections. Begin and end of curves, onty when shown on the plans on street centeriine 0.02' Horizontal, also see Section 2- 9.2.1 herein Clearing Lath in soil, painted line on PCC & AC sur- faces lath - Intervisible, < 50' on tangents & < 25' on cun/es, Painted tine - con- tinuous at clearing line 1' Horizontal Slope RP-i- Marker Stake Intervisible and < 50' Grade Breaks & < 25' 0.1'Vertical & Hor- izontal Fence RP-H Marker Stake < 200' on tangents, < 50' on curves when R> 1000' & 25' on cun/es when R< 1000' N/A (constant offset) 0.1' Horizontal Rough Grade Cuts or Fills > 10 m (33') RP-i- Marker Stake <50' N/A 0.1'Verticals Hor- izontal Final Grade (includes top of: Basement soil, subbase and base) RP-H Marker Stake, Blue-top in grading area < 50' on tangents & curves when R> 1000'& < 25' on cun/es when R < 1000' <22' Horizontal & V4" Vertical Asphalt Pave- ment Finish Course RP, paint on previ- ous course < 25' or as per the intersection grid points shown on the plan whichever provides the denser information edge of pavement, paving pass width, crown line & grade breaks %" Horizontal & V4" Vertical Drainage Structures, Pipes & similar Facilities®, ® RP-H Marker Stake intervisible & < 25', beginning and end, BC & EC of facilities. Grade breaks. Alignment breaks. Junctions, Inlets & simitar facilities. Risers & simitar facilities (except plumbing). Skewed cut-off tines as appropri- ate Horizontal & V4" Vertical Curb RP-H Marker Stake < 25', BC & EC, at VA^, VzS. & on curb returns & at beginning & end (constant offset) %" Horizontal & V4" Vertical Revised 11/24/10 Contract No. 6608 Page 62 of 146 Feature Staked Stake De- scription ® Centerline or Parallel to Centerline Spacing®, © Lateral Spacing (D, © Setting Tolerance (Within) Traffic Signal ® Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signat Poles & Controller ® RP-H Marker Stake at each pole & controller tocation as appropri- ate %" Horizontal & V4" Vertical Junction Box ® RP-H Marker Stake at each junction box location as appropri- ate Horizontal & V4" Vertical Conduit ® RP-H Marker Stake < 50' on tangents & cun/es when R> 1000'& < 25' on cun/es when R < 1000' or where grade < 0.30% as appropri- ate %" Horizontal & when depth cannot be measured from existing pavement V4" Vertical Minor Structure ® RP-H Marker Stake -1- Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the locat depression ® as appropri- ate 3/8" Horizontal & V4' Vertical (when vertical data needed) Abutment Fill RP-H Marker Stake -1- Line Stake < 50' & along end slopes & conic transitions as appropri- ate 0.1'Verticals Hor- izontal Walt ® RP + Marker Stake + Line Point -i-Guard Stake < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height as appropri- ate V4" Horizontal & V4" Vertical Major Structure ® Footings, Bents, Abut- ments & Wingwalls RP-i- Marker Stake + Une Point +Guard Stake 10' to 33' as required by the Engi- neer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropri- ate %" Horizontal & V4" Vertical Superstruc- tures RP 10' to 33' sufficient to use string lines, BC & EC, transition points & at begin- ning & end. Elevation points on foot- ings at bottom of columns as appropri- ate =^/8" Horizontal & V4" Vertical Miscellaneous ® Contour Grading ® RP-H Marker Stake <50' along con- tour tine 0.1'Verticals Hor- izontal Utilities ®, ® RP-h Marker Stake < 50' on tangents & cun/es when R> 1000' & < 25' on cun/es when R < 1000' or where grade < 0.30% as appropri- ate %" Horizontal & V4" Vertical Revised 11/24/10 Contract No. 6608 Page 63 of 146 Feature Staked Stake De- scription ® Centerline or Parallel to Centerline Spacing®, © Lateral Spacing <3>, © Setting Tolerance (Within) Channels, Dikes & Ditches ® RP-H Marker Stake inten/isible & < 100', BC & EC of facil- ities. Grade breaks. Alignment breaks. Junctions, Inlets & simitar fa- cilities as appropn- ate 0.1' Horizontal & V4" Vertical Signs ® RP-i- Marker Stake + Line Point -i-Guard Stake At sign tocation Line point 0.1'Verticals Hor- izontal Subsurface Drains ® RP-h Marker Stake inten/isible & < 50', BC & EC of facili- ties. Grade breaks. Alignment breaks. Junctions, Inlets & similar facilities, Risers & similar facilities as appropn- ate 0.1' Horizontal & V4" Vertical Overside Drains ® RP-F Marker Stake longitudinal location At beginning &end 0.1' Horizontal & V4" Vertical Markers ® RP-h Marker Stake for asphalt street surfacing < 50' on tangents & cun/es when R> 1000' & < 25' on cun/es when R < 1000'. At marker tocation(s) V4" Horizontal Railings & Barriers ® RP + Marker Stake At beginning & end and < 50' on tan- gents & cun/es when R > 1000' & < 25' on cun/es when R < 1000' at raiting & barrier loca- tion(s) ^/a" Horizontal & Vertical AC Dikes ® RP-i- Marker Stake At beginning & end as appropri- ate 0.1' Horizontal & Vertical Box Culverts 10' to 33' as required by the Engi- neer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert as appropri- ate W Horizontal & V4" Vertical Pavement Markers® RP 200' on tangents, 50' on curves when R > 1000' & 25' on cun/es when R < 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker loca- tion(s) V4" Horizontal ® staking for feature may be omitted when adjacent marker stakes reference the offset and ele- vation 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 accu- racy 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 centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide tine & grade infomnation for each plane of the feature © > means greater than, or equat to, the number fottowing the symbol. < means less than, or equal to, the number fottowing the symbol. ® The cut datum for storm drainage & sanitary sewer pipes & simitar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, tine stakes and lath shall be flagged. Untess othenwise approved by the Engi- neer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) Revised 11/24/10 Contract No. 6608 Page 64 of 146 TABLE 2-9.2.2(B) Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centeriine, alignments, etc. White/Red Vertical Control Bench marks White/Or- ange Clearing Umits of clearing Yel- low/Black Grading Slope, intemnediate slope, abutment fill, rough grade, contour grading, final grade, etc. Yellow Structure Bridges, sound and retaining watts, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yel- low Miscellaneous Siqns, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shalt be included in the actual bid items requiring the sun/ey work and no additional payment will be made. Extension of unit prices for extra work shalt include full com- pensation for attendant sun/ey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of sun/ey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monu- ments and no additional payment witt be made. 2-9.3 Private Engineers. Sun/eying by private engineers on the Work shall conform to the qual- ity and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the tines, 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 shalt be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the fin- ished 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 mat- ters 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 instruc- tions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on att questions relating to: quantities; accepta- bility of material, equipment, or work; execution, progress or sequence of work; and interpretation Revised 11/24/10 Contract No. 6608 Page 65 of 146 of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, untess othenwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of alt 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 Engi- neer, 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 perfomnance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and inten/iews of Con- tractor's staff and the staff of all subcontractors to this contract. At any time during normal busi- ness hours and as often as the Engineer may deem necessary, upon reasonable advance notice. Contractor shalt make available to the Engineer for examination, alt of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and wilt 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 relat- ing 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. Con- tractor and alt subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Con- tractor 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 othenwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized rep- resentatives shall at alt times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shalt 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. O Revised 11/24/10 Contract No. 6608 Page 66 of 146 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 inter- ests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as grant- ing 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 additionat 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 alt 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 Con- tractor 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 in- volved, 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 wori< 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. tf the actual quantity of an item of work covered by a Contract Unit Price and constructed in con- formance 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 wilt be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work cov- ered 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 per- cent of the Bid quantity wilt 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 Revised 11 /24/10 Contract No. 6608 Page 67 of 146 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 Specifica- tions, 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 Con- tract 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 othenwise spec- ified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction. Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notifi- cation in writing from the Engineer so stating its elimination. If material confonning 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 retumable, the material shall be retumed and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. Revised 11/24/10 Contract No. 6608 Page 68 of 146 (a) Labor. The costs of labor will be the actual cost for wages of workers perfomning the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers com- pensation 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 equip- ment 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 Sec- tion 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 resen/es 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" pub- lished 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 detemnining 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 inci- dentals. 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 retumed, unless the Con- tractor 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 rec- ommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. Revised 11 /24/10 Contract No. 6608 Page 69 of 146 (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 Con- tractor 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 Sub- contractor, 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 subcon- tracted portion of the extra work may be added by the Contractor. 3-3.3 Dally 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 doc- uments 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. Revised 11 /24/10 Contract No. 6608 Page 70 of 146 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the fol- lowing Work site conditions (hereinafter called changed conditions), in writing, upon their discov- ery 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 per- formed; 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 11, or Class 111 disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer detemnines that conditions are changed conditions and they will materially affect perfor- mance 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 hap- pening 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, norto 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 disturtDed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the par- ticular circumstances giving rise to the potential claim, the reasons for which the Contractor be- lieves additional compensation may be due and nature of any and all costs involved within 20 working days of the date of sen/ice of the written notice of potential claim for changed condi- tions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further under- Revised 11 /24/10 Contract No. 6608 Page 71 of 146 stands and agrees that this potential claim, unless resolved, must be restated as a claim in re- sponse 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 eariiest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or re- quest that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a reso- lution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. Revised 11 /24/10 Contract No. 6608 Page 72 of 146 All claims by the contractor for $375,000 or less shall be resolved in accordance with the proce- dures 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 othenwise expressly provided for or the claimant is not othenwise 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 specifica- tions 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 othenwise 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 Revised 11 /24/10 Contract No. 6608 Page 73 of 146 days of receipt of the locat agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informat conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedute a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims sub- ject to this article: (a) Within 60 days, but no eariier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual 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 re- quirement 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 Proce- dure, 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 ap- pointed 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, detemnines a differ- ent 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 undis- puted except as othenwise 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. Revised 11 /24/10 Contract No. 6608 Page 74 of 146 V Although not to be construed as proceeding under extra work provisions, the Contractor %^ shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 11 /24/10 Contract No. 6608 Page 75 of 146 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 gener- ally 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 con- sidered 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 di- rected by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable no- tice, 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 Spec- ifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will presen/e the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Con- tractor 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 neces- sary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless othenwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrica- tion, 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 accepta- ble 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 in- spection at the source, normally only for perfonnance 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, Califomia Code of Regulations, Title 8, Industrial Relations, Chapter 4, ^gg^ Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety Revised 11 /24/10 Contract No. 6608 Page 76 of 146 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 char- acter of materials. Inspection or testing of the whole or any portion of the work or materials incor- porated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to pur- chase materials, fabricated products, or equipment from sources located more than 50 miles out- side 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 equip- ment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall fonward 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 sen/ices 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 ex- pense, shall deliver the materials for testing to the place and at the time designated by the Engi- neer. Unless othenwise 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 perfonn 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 require- ments 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 im- proper 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. Revised 11 /24/10 Contract No. 6608 Page 77 of 146 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 Specifica- tions and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall detennine 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 mate- rial, 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 conceming 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 durabil- ity, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its in- tended 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 fumish 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, ap- pearance, 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 propor- tioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. Revised 11 /24/10 Contract No. 6608 Page 78 of 146 , - jj^Q accuracy of the work of a scale sen/ice agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regula- tions pertaining to weighing devices. A certificate of compliance shall be presented, prior to oper- ation, 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 oper- ating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pres- sure 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 inten/als not to exceed 12 months and following repairs, modification, or relocation of the equipment. Cal- ibration 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 Mod- ified 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 de- fined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process obsen/ations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process obsen/ations of the same or similar materials are diverse enough such that the work acceptance or perfonnance becomes suspect. The inves- tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available infomnation and, when necessary, gather new and additional in- fomnation in an attempt to detennine 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 co- operative investigation concluded. Whenever the cooperative investigation is unable to reach res- olution, the investigation may then either conclude without resolution or continue by written noti- fication of one party to the other requesting the implementation of a resolution process by com- mittee. 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 acknowledge- ment, 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 Con- tractor 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 coop- erative 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 othenwise 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 shalt be by majority opinion, in writing, stamped and signed. W Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and Revised 11 /24/10 Contract No. 6608 Page 79 of 146 signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless othenwise 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 inves- tigation 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 pertain- ing 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 Con- tractor 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 ma- terials 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 confonn to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised 11 /24/10 Contract No. 6608 Page 80 of 146 SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known rec- ords, 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 utili- ties indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, tele- phone, or cable television are shown on the Plans, the Contractor shall assume that every prop- erty parcel will be sen/ed by a sen/ice 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 (Under- ground Sen/ice 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 sen/ice 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. 5-2 PROTECTION. The Contractor shall not interrupt the sen/ice function or disturb the sup- port 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 othenwise provided, furnish and place the necessary protection at its expense. Upon leaming 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. Revised 11/24/10 Contract No. 6608 Page 81 of 146 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 pro- tection 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 proce- dures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless othenwise specified, the Contractor shall remove all interfering por- tions 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 be- fore 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 man- hole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6. Utilities which are relocated in orderto avoid inter- ference 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. 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 prop- erty 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 in- terfering 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 othenwise 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 sun/ey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensa- Revised 11 /24/10 Contract No. 6608 Page 82 of 146 tion will be allowed therefore or for additional work, materials or delay associated with the tempo- rary omission. The portion thus omitted shall be constructed by the Contractor immediately fol- lowing the relocation of the utility involved unless othenwise 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 avail- able 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 Sec- tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea- sonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not iden- tified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or altera- tions 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 ancTreasonable 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 Wori< site and provide time for utility work to be accomplished during the progress of the Work. Revised 11 /24/10 Contract No. 6608 Page 83 of 146 SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as other- wise provided herein and unless othenwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Constructlon 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 man- agement 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 pre- construction meeting. 6-1.2 Bar Chart. For the 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 ver- tical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer or their designee 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 con- firming the agreements no later than the fifth woricing day of the following month. The monthly update will be submitted on hard (paper) copy per the submittal requirements of Section 2-5.3. 6-1.4 Engineer's Review of Updated (Monthly) Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of monthly submittal. 6-1.5 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. W Revised 11 /24/10 Contract No. 6608 Page 84 of 146 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. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Rep- resentative shall be the individual determined under Section 7-6, 'The Contractor's Representa- tive". Each bi-weekly construction meeting shall include a three-week look ahead schedule. No separate payment for preparation of the three week look-ahead schedule, attendance of the Con- tractor, the Contractor's Representative or any other employee or subcontractor or subcontrac- tor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engi- neer 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 othenwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of ar- chaeological 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 sen/e 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 Revised 11 /24/10 Contract No. 6608 Page 85 of 146 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 perfomn the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the prem- ises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Con- tractor 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 dis- cretion 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 Contrac- tor 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 Con- tractor will not be entitled to damages or additional payment due to such delays, except as pro- vided 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. Revised 11 /24/10 Contract No. 6608 Page 86 of 146 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 non-controlling 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 othenwise 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 clas- sification of each workman and supen/isor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reason- able means. Should the Contractor fail to provide the notice(s) required by this section the Con- tractor 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 Con- tract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within one hundred twenty f 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 associa- tion, 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 nonnal work force for cause as defined in Section 6-6.1. Unless othenwise 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 Revised 11 /24/10 Contract No. 6608 Page 87 of 146 hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Con- tractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each work- ing day to be charged against the Contract time. These detemninations 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 indi- cate 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. Othenwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is com- pleted 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 pemia- nent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engi- neer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perfonn this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6- 6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Nine Hundred Dollars ($900.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that Nine Hundred Dollars ($900.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency resen/es the right to take over and 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 Revised 11 /24/10 Contract No. 6608 Page 88 of 146 operations or negligence. The Contractor will not be required to reclean such portions of the im- V*, provement 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 sen/ice and utilize all or part of any com- pleted 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 sen/ice, 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 11 /24/10 Contract No. 6608 Page 89 of 146 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or othenwise 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 ap- plicable 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 agree- ment 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 respon- sibility 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 re- maining provisions of the Labor Code. 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: "1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' com- pensation or to undertake self-insurance in accordance with the provi- sions of that code, and I will comply with such provisions before com- mencing the performance of the work of this contract." Revised 11 /24/10 Contract No. 6608 Page 90 of 146 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' Com- pensation 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 Contrac- tor all City of Carisbad encroachment, right-of-way, grading and building pemnits 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 compen- sation 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, overioad, blasting, and demolition. For private contracts, the Contractor shall obtain all per- mits 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 pres- ence to take measures necessary to protect the Work, persons, or property. Any order or com- munication given to this representative shall be deemed delivered to the Contractor. A joint ven- ture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or per- son 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. Revised 11 /24/10 Contract No. 6608 Page 91 of 146 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 dam- ages 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 exten- sion 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 incom- plete. 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 imme- diately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to presen/e the health safety or welfare of the public. The Con- tractor 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 dis- cretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust Revised 11 /24/10 Contract No. 6608 Page 92 of 146 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 Con- tract 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 extemninator in accordance with requirements of goveming 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 em- ployees 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, sew- age 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 fumish, 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 pennission from the water agency concemed. 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, sen/ice, 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 Stonn- water Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. Revised 11 /24/10 Contract No. 6608 Page 93 of 146 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, Carisbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installa- tions, 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 relo- cated 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 neariy 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 Wori<. 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 inconven- ience. The access rights of the public shall be considered at all times. Unless othenwise author- ized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shalt be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and pari<ing lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Ac- cess to these facilities shall be continuous and unobstructed unless othenwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross- ings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. Revised 11 /24/10 Contract No. 6608 Page 94 of 146 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 sen/ices. 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 com- pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless othenwise 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 com- pany Coast Waste Management at 929-9417. During overiay operations, the Contractors schedule for overiay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved park- ing 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 ve- hicular 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 af- fected 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 pennanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledge- able 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 notifica- tion 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". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that tocation. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in ad- vance of the rescheduled work, tf the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional com- pensation for printing and distributing these notices. Revised 11 /24/10 Contract No. 6608 Page 95 of 146 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 else- where 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 equip- ment 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 othenwise pennitted. 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 Con- tractor shall furnish and install signs and warning devices and promptly remove them upon com- pletion 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) Carisbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760)929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and 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 concemed 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. 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 Califomia) 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 0 Revised 11 /24/10 Contract No. 6608 Page 96 of 146 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, delin- eation 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 con- trol devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb mark- ing 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 waming shall be furnished, installed and maintained by the Con- tractor. Warning and advisory signs, lights and devices shall be promptly removed by the Con- tractor 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 re- moved 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 orderto protect underground facilities. All excavation required to install stationary construction area signs shall be perfomned by hand methods without the use of power equipment. Waming and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the trav- eled 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 confonnance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of 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 pariced within the traveled way, in- cluding 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 pari<ed vehicles or equip- ment and along the edge of the pavement at not less than 25' inten/als 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 sign- post or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than (insert minimum acceptable lateral safety buffer distance, eg. 1.8 m (6')), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, 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 adja- cent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lanes, not less than 12' wide, shall be open for use by public traffic in each direction of travel. Revised 11 /24/10 Contract No. 6608 Page 97 of 146 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 Unifonn Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The pro- visions in this section will not relieve the Contractor from its responsibility to provide such addi- tional 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 aitemative 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 Cal- ifomia 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 pave- ment 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 mate- rial. 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 pennanent pavement delineation. Temporary pavement delineation shall be removed when, as detennined 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 tem- porary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included 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 confonnance 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 ^^h. submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP Revised 11 /24/10 Contract No. 6608 Page 98 of 146 submittals shall include all TCP needed for the entire duration of the Work. Each phase of the W TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, cun/e 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 cun/es must also be shown. Such modifica- tions, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2012, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately regis- tered 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 TOR 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 imple- mented 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 spec- ified 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 in- cluded 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 perfonned and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 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 Revised 11 /24/10 Contract No. 6608 Page 99 of 146 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 Con- tractor 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 pro- vided, 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 othenwise 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 Ma- terial Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condi- tions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, admin- istering 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 con- tain 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. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions Revised 11 /24/10 Contract No. 6608 Page 100 of 146 The Contractor's submittal shall include the names of its personnel, including subcontractor per- W sonnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibitity 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 othenwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required con- fined 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 person- nel 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 Contrac- tor 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 infringe- ment 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 infomned of State and Na- tional 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 obsen/e 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, sen/ices, 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 Revised 11 /24/10 Contract No. 6608 Page 101 of 146 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 pur- chases 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 pay- ment to the contractor, without further acknowledgment of the parties." Revised 11724/10 Contract No. 6608 Page 102 of 146 SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Field office for Agency personnel is not required. SECTION 9 - IVIEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othenwise specified, quantities of work shall be determined from meas- urements 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 othenwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the inten/ening 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 sec- tions involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall fumish the Engineer with dupli- cate 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 detemnining 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 accord- ance 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. Revised 11 /24/10 Contract No. 6608 Page 103 of 146 The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precau- tions which are the Contractor's responsibility have not been taken and are not reasonably ex- pected 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 owner- ship shall remain with the Contractor who shall be obligated to store any fully or partially com- pleted 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 othenwise 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 re- cordation 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 appli- cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed 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 properiy executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date forthe 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. Revised 11 /24/10 Contract No. 6608 Page 104 of 146 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 com- plete the detailed progress pay estimate and submit it to the Contractor for the Contractor's infor- mation. 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, detennine 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 confonnance 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. 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 re- maining 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 liqui- dated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substi- tute 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 corre- sponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as detennined 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 adjust- ments on the Final Payment. Remaining disputed quantities or amounts not approved by the 0 Revised 11 /24/10 Contract No. 6608 Page 105 of 146 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 state- ment 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 infonnation and details as may be required by the Engineer to detemnine the facts or con- tentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitatfon 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, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and inci- dentals, and for doing all the work involved in mobilization and preparatory work and operattons, 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 Revised 11 /24/10 Contract No. 6608 Page 106 of 146 be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. The bid item for mobilization and related items shall not exceed fifteen percent (15%) of the total contract items. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilizatton and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation sys- tems, and vegetation in place. If damaged during the work. Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his ex- pense. Bid Schedule A: Mobilization (Bid Item No. A-1) Lump Sum Mobilization shall consist of all preparatory work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premi- ums and incidentals), and Pennits (including Caltrans Duplicate Encroachment Permit). 2. Submittal of required construction schedule(s). 3. Establishment of all offices, buildings, construction yards, sanitary facilities, and any other facilities necessary for work at all project sites. 4. Posting all OSHA required notices and establishment of safety programs. 5. Posting all Department of Labor required notice, regulations and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to all project sites. 7. Developing and installing constructton water supply. 8. Notification of residents and businesses No additional compensatton will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or dis- covered during construction operations. The deletfon of work or the addition of extra work as provided for herein shall be reflected in Contract Change Orders, and shall not affect the price paid for "Initial Mobilization." Revised 11 /24/10 Contract No. 6608 Page 107 of 146 Payment for "Mobilization" will be made at the lump allowance named in the Bid Schedule, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made as follows: The bid item for mobilization and related items shall not exceed fifteen percent (15%) of the total contract items. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilization. The contract lump sum price paid for mobilization shall include full compensation for fumishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilization as specified herein. Trench Dewatering (Bid Item A-2) Stipulated The stipulated amount of $5,000 shall compensate the Contractor for dewatering as required by the Engineer. Compensation will be per Section 3-3 Extra Work and will be based on sen/ices performed that were not included in the original contract. Services may include and not be limited to furnish and maintain equipment and devices necessary to remove and maintain the project site free of groundwater in accordance with Section 306-1.1.8, plan details, and the contract docu- ments. This includes, but is not limited to, furnishing all labor, materials, and equipment to de- water the pipeline trench during construction, prepare dewatering plan, pretreatment devices, and no additional compensation will be allowed therefor. Water Pollution Control Plan Including Daily Street Sweeping (WPCP) (Bid Item No. A-3) Lump Sum The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, for water pollution prevention including dally street sweeping during construction activities, control, and monitoring and for doing all the work throughout the duration of construction activities to keep the project in compliance with all local, state and federal regulations. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in ac- cordance with the General Provisions, the Special Provisions, Standard Specifications, and as directed by the Engineer and no additional compensation will be allowed therefor. Potholing and Utility Coordination (Bid Item No. A-4) Lump Sum The contract unit price paid for Potholing and Utility Coordinatton work shall include full compen- satton for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in the location of, and relocation of any utilities within the project areas as defined on Drawing Set 457-41 and no additional compensation will be allowed therefor. Construct 18-Inch RCP (Bid Item No. A-5) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and in- stall the pipe in accordance with Sections 207-2 and 306-1, the plans and contract documents. This includes, but is not limited to, sun/eying, locating utilities, trenching, support of existing uttli- ties, trench plates, backfill, compactton, aggregate base, and no additional compensation will be allowed therefor Construct Type B-1 Curb Inlet (Bid Item No. A-6) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type B-1 Curb Inlet in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-2, and the contract documents. This includes, but is not limited to. Revised 11 /24/10 Contract No. 6608 Page 108 of 146 sun/eying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to curb inlet, remove and replace curb and gutter and sidewalk, and no additional compensation will be allowed therefor. Construct Storm Drain Cleanout Type A-4 per SDRSD D-9 (Bid Item A-7) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type A-4 Cleanout in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing D-9, and the contract documents. This includes, but is not limited to, sun/eying, connections, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement, and no additional compensation will be allowed therefor. Trench Resurfacing per City of Carlsbad Standard Drawing GS-26 (Bid Item No. A-8) Linear Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install trench resurfacing in accordance with Sections 203 and 302 and City of Carisbad Drawing GS- 26, the plans and contract documents. This includes, but is not limited to, sun/eying, locating utilities, resurfacing, AC paving, and no addittonal compensation will be allowed therefor. Demo, Remove and Replace Existing and Curb, Gutter and 4-inch Thick Sidewalk (Bid Item No. A-9) - The contract unit price shall include full compensation for fumishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in demolishing, removing, disposing, and constructing the new 4-inch thick PCC sidewalk and curb and gutter to nearest joint in accordance with Sections 201 and 306-1 And San Diego Regional Standard Drawing G-3 and G-11, and the contract documents. The contract unit price paid shall be con- sidered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provi- sions, Standard Specifications, plans and as directed by the Engineer. This includes, but is not limited to, sun/eying, sawcutting, excavation, remove and dispose of material, fomning, backfill, base material, compaction, for a complete installation and no additional compensation will be allowed therefor. Tree Removal (Bid Item No. A-10) Each The contract unit price paid for removal of the two trees and stumps shall include full compensa- tion for, but not limited furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing and disposing of the two trees and stumps. This in- cludes, but is not limited to, remove and dispose of trees and stumps, backfill and grade to pro- vide a smooth continuous transition for a complete removal of trees and stumps and no addi- tional compensatton will be allowed therefor. Connect to Existing Storm Drain (Bid Item A-11) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and con- nect the 27" RCP to existing cleanout in accordance with Section 306-1 and the detail on the plans, and these contract documents. This includes, but is not limited to, sun/eying, connecttons, excavation, forming, backfill, base material, compaction, sawcutting, and removing and replacing pavement adjacent to existing cleanout, and no additional compensation will be allowed therefor. Relocate/Adjust Existing Fire Hydrant per W-12 (Bid Item No. A-12) Each The contract unit price paid for this bid item shall constitute full compensation to relocate/adjust fire hydrant in conflict with new pipeline including and not limited to: furnish and fire hydrant and trench resurfacing in accordance with Sections 203 and 302 and City of Carlsbad Drawing GS- 24 and W-12, the plans and contract documents. This includes, but is not limited to, sun/eying. Revised 11 /24/10 Contract No. 6608 Page 109 of 146 locating utilities, water service line materials and installation, testing, resurfacing, AC paving, and no additional compensation will be allowed therefor Relocate/Adjust Existing Water Main (Bid Item No. A-13) Each The contract unit price paid for this bid item shall constitute full compensatton to relocate/adjust water service if in conflict with new pipeline including and not limited to: furnish and install water sen/ice and trench resurfacing in accordance with Sections 203 and 302 and City of Carlsbad Drawing GS-24 and W-13,16 and 19, the plans and contract documents. This includes, but is not limited to, surveying, locating utilities, water service line materials and installation, testtng, resur- facing, AC paving, and no addittonal compensation will be allowed therefor. Relocate/Adjust Existing Sewer Lateral (Bid Item No. A-14) Each The contract unit price paid for this bid item shall constitute full compensation to furnish labor and material to construct sewer remodel in accordance with Section 306-1, the detail on the plans and the contract documents. This includes, but is not limited to, sun/eying, connecttons, excavation, backfill, compaction, sawcutting, and removing and replacing pavement and curb and gutter, and no additional compensation will be allowed therefor. Remove Replace block wall in kind (Bid Item A-16) Square Feet The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the retaining wall per SDRSD C-2. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in ac- cordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Signing and Striping (Bid Item A-17) Lump Sum Signing and Striping - The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in provid- ing and installing all the Signing and Striping 200 feet beyond all project limits in Madison Street. Striping includes inlet stenciling as shown on the contract drawings. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Traffic Control (Bid Item No. A-18) Lump Sum The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, design and approval of traffic control plans, obtaining a "no cost" right of way permit from the City, furnishing all labor (including flagging costs), materials (including con- struction area signs), tools, equipment, traffic control plans and revisions for this site and as di- rected by the Engineer. Partial payment for traffic control shall be based on the percentage of total value of work com- pleted as the project progresses and no additional compensation will be allowed therefor. Utility Relocations not Shown on Plans and as Required by Engineer per General Provi- sions Section 3-3 (Bid Item No A-19) Stipulated Lump sum - The contract stipulated lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing utility relocations not shown on plans and as required by engineer. The contract stipulated lump sum price paid shall be considered full compensation for fumishing all materials, labor, tools, equipment, and all Revised 11 /24/10 Contract No. 6608 Page 110 of 146 incidentals, necessary to complete the work in Per Section 3-3 Extra Work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Record Drawings (Bid Item No. A-20) Lump Sum The contract lump sum price paid for record drawings require that the Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Revised 11 /24/10 Contract No. 6608 Page 111 of 146 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 sub- stances. Class 1 and Class 2 pemneable 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 perme- able material shall conform to the requirements in this sectfon and Table 200-1.2.2(A). Class 2 per- meable material shall conform to the requirements in this section and Table 200-1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 pemneable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless othenwise shown on the plans the Contractor will be pennitted to furnish and place any one of the types provided for this class. The percentage composition by mass of pemneable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes Percen Type A tage Passing Type B 50-mm (2") — 100 37.5-mm (IV2") — 95-100 19-mm (%") 100 50-100 12.5-mm (V2") 95-100 — 9.5-mm (^/a") 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-um (no. 200) 0-3 0-3 TABL CLASS 2 PE .E 200-1.2.2(B) RMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1") 100 19-mm (%") 90-100 9.5-mm (V) 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-um (No. 30) 5-15 300-um (No. 50) 0-7 75-um (no. 200) 0-3 Revised 11/24/10 Contract No. 6608 Page 112 of 146 200-2 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 Ag- gregate 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 combinatfon 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 perfonned. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the re- quirements specified for "Operatfng Range" but meet the "Contract Compliance" requirements, place- ment of the aggregate base may be contfnued 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 re- quirements 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 Revised 11 /24/10 Contract No. 6608 Page 113 of 146 may become due, the Contractor under the contract. If both the aggregate grading and Sand Equiv- alent 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. SECTiON 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201 -1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class Maximum Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8") Street Light Foundations and Sun/ey Monuments 330-C-23 (560-C-3250) 100 (4") Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4") Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201 -1.1.2(A) SSPWC shall be as per Table 201 -1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201 -1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a 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 oth- enwise 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 main- tain watertight and airtight continuous seals without causing staining or deterioration of joint sub- strates. 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 locatton where type is to be used) of each sealant. RouicoH 11 /94/1 n f^nntrant Mn fifinft Pane 114 nf 14fi 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 compatfble with one another and with joint substrates under conditions of sen/ice and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selectfons made by Engineer from manufacturer's full range of standard colors for prod- ucts 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 multf-component polyurethane sealant. Except as othenwise 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 11. Acceptable Products: "Sonneborn NPM"; Sonneborn Building Products Division; "Scofield Lithoseai 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 sub- strates, 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 prefomned, compressible, resilient, nonstaining, nonwaxing, nonex- truding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and Portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407. Sec. 5 3.5 mm, max. 25°C, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°C Softening Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa-s No. 27 Spindle, 20 rpm, 190°C, Revised 11/24/10 Contract No. 6608 Page 115 of 146 SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +l-0.5°/o of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluatfon of asphalt concrete shall be de- tennined 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. 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 Gradatfon of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability^ in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. ^Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than -I-/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage, add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. ^"w^ 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: USES GRADES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Construction grade Redwood or presen/ative treated construction grade Douglas Fir Headers for bituminous pavement larger than 50 mmx 100mm (2"x4") Number 1 grade Redwood, or presen/ative treated number 1 grade Douglas Fir SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accord- ance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the sen/iceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, bums, sharp edges, loose rivets, de- laminated skins, excessive adhesive overspray, and aluminum marks. 206-7.1.2 Sign Identification. The following notatton shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, D. Type of retroreflective sheeting, and E. Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plasttc signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Spec- ifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatfc or equivalent) or Type IX prismatic Revised 11/24/10 Contract No. 6608 Page 117 of 146 cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminium shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly ad- herent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulatfon of vehicle (including bicycle) and pedestrian traffic during the Con- tractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Per- manent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a dis- tance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, bums, sharp edges, loose rivets, de- laminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Spec- ifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, waming signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminium shall be pretreated in accordance to ASTM Designatton B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly ad- herent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. PQ\/icQH 1 1/04/1 n r'nntror.t Mn RRCMk PonoHn/lfl/lft 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 man- ner shown on the State of California, Department of Transportation Standard Plans RSI, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless othenwise shown on the plans traffic sign posts shall conform in matenais and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m^ (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 confonn to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perfo- rated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operatton. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Sectton 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 confomn to ASTM A-525, Designation G-90. Galvanizing shall be perfomned after all forming and punching oper- ations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed -HO.28 mm, -0.13 mm (-fO.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of -HO.25 mm (-i-O.OlO") 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 foltowing specific sizes of tight gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). Revised 11 /24/10 Contract No. 6608 Page 119 of 146 TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) Outside Tolerance for Att Sides at Corners mm (inches) 25x25 (1x1) 0.13 0.005 32x32 (IV4XIV4) 0.15 0.006 38x38 (IV2XIV2) 0.15 0.006 44x44 (1%Xl3/4) 0.20 0.008 51 x51 (2x2) 0.20 0.008 56x56 (23/16X 23/16) 0.25 0.010 57x57 (2V4X2V4) 0.25 0.010 64x64 (2V2X2V2) 0.25 0.010 51 x76 (2x3) 0.25 0.010 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squareness^^^ Twist Pemnissible in 900 mm (3") mm (Inches) mm (Inches) mm'^1 (lnches)<2) 25x25 (1x1) 0.15 0.006 1.3 0.050 32x32 (I-V4XI-V4) 0.18 0.007 1.3 0.050 38x38 (I-V2XI-V2) 0.20 0.009 1.3 0.050 44x44 (1-3/4x1-3/4) 0.25 0.010 1.6 0.062 51 x51 (2x2) 0.30 0.012 1.6 0.062 56x56 (2-3/i6X2-3/i6) 0.36 0.014 1.6 0.062 57x57 (2-V4X2-V4) 0.36 1.014 1.6 0.062 64x64 (2-V2 X 2-V2) 0.38 0.015 1.9 0.075 51 x76 (2x3) 0.46 0.018 1.9 0.075 ^^^^^^ Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull- through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall confonn to ASTM B-633, Type 111 Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to -i-70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') V above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automat- ically compensates for the influence of a temporary light source or other abnormal lighting conditfons. 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 mes- sages. 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 mes- sages 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 infonnation display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be fumished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifica- tions, including current registration. Add the following section: 206- 9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation for fumishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operatfng, maintaining, repairing, replacing, transporting from location to loca- tion, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 207 - PIPE 207- 2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Revised 11 /24/10 Contract No. 6608 Page 121 of 146 Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C-361 for the limits shown on the plans. 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless othenwise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA 0111. Rubber gasket material shall conform to 208-1.2 and AWWA Cl 11 and ANSI A21.11 - 90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accord- ance with ANSI 21.50, AWWA 0150 and ANSI 21.51, AWWA 0151, and shall be of the size and thickness classes shown on the Plans. Unless othenwise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless othenwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement confomning to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coating of bituminous coating a minimum of 2 mils, thick in accordance with AWWA C151 or C100. 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carisbad Munic- ipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Layout Drawings Manufacturer's tests Mill Reports or Plant Test Reports Fabrication Details Dimensional Checks Protective Coatings Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with 'T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, 0214 and C602 unless othenwise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: Oai/iooH H/O/l/m r^nntront Mn Rftna Pane 199 nf 1/IR 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 printfng 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) Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500q/cm (25 lbs/inch) (5,500 PSI) Elongation ASTM D882-88 <50 percent at break Printabilitv ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturing specifications Heat-set Mvlex Message repeat Manufacturing specifications Even^ 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virqin LDPE Adhesives Manufacturing specifications >36 percent, solid 1.5#/R Bond strength Boiling HPO at 100 dearees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-25.1(B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utilitv Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the re- quirements 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 petro- leum pipelines - APR RP 1109. D. General Sen/ices Administration, Washington, DC, Public Buildings Sen/ice Guide Specifica- tion for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Para- graph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrificatfon Authority (REA), U.S. Department of Agriculture, Washington, DC, Na- tional Electrical Safety Code for Underground Construction for remote and immediate hazards. V Revised 11/24/10 Contract No. 6608 Page 123 of 146 SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Pre-reatment / Surface Prepara- tion Primer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appearance None Two coats white Acrylic Emulsion Paint (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P-19 (latest revision). Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to 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 confonn to the requirements of CALTRANS Specification No. 8010-004 (Type II). CALTRANS Specifications for water borne paint, themnoplastic material and glass beads may be ob- tained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, tel- ephone number (916) 227-7000. 210-3 GALVANIZING. Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this sectfon shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/8") thick or thicker, shall conform to the specifications of ASTM Designation: A123, except that complete seal welding of tightly contacting surfaces of these products priorto galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galva- nizing 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 ft^) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft^). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvaniz- ing 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 ''^^ ^^.j ^ H mA H n f^r\nimr.i Mn CAnQ Dono 1 9/1 nf 1 /1ft remove all slab or other material that would interfere with the adherence of the zinc. When it is neces- sary to straighten any sections after galvanizing, the work shall be perfonned without damage to the zinc coattng. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designatton: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to confonn to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coattng is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless othenwise speci- fied, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be gal- vanized 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 re- quirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210.1 "Paint". Galvanized surfaces that are abraded or damaged at any time after the appli- cation of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and re- moving all loose and cracked coating, after which the cleaned areas shall be painted with two appli- cations 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. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer, add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Or- ganic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(B): Table 212-1.2.4(B) Property Minimum Maximum Drv Weight Nitrogen (1) (1) Dry Weight Passing 25 mm (1") Sieve 100% 100% Dry Weight Passing #4 Sieve 95% 100% Dry Weight Passing #16 Sieve 45% 65% Drv Weight Passing #30 Sieve 30% 40% Dry Weight Passing #50 Sieve 0% 10% Dry Weight Passing #100 Sieve 0% 2% Salinity (1) (1) Iron ( Dilute acid soluble on dry weight basis) 0.08% — Ash (dry weight basis) 0% 6.0% pH 6.0 7.0 Wettability (1) (1) Revised 11/24/10 Contract No. 6608 Page 125 of 146 (1) (As Required by Table 212-1.2.4(A) SSPWC) For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on- going quality assurance program that fulfills the requirements of the most recent version of the "West- ern States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Certificates of compliance shall contain a statement attesttng that the organic soil amendment meets the require- ments of these specifications and that the testing agricultural laboratory does fulfill the requirements of "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Section 2-5.3.3. SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. 213-2.1 (A) Add the following: Geotextile types shall be used for the applications listed in Table Table 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Type Desig- nation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (% Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (14 Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing 90WS Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be buriap type, filled with no less than 23kg (50 lbs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. Revised 11/24/10 Contract No. 6608 Pane 126 of 146 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 specificatfons shall be one of the types shown in Table 214-5.1 (A), or equal thereto. TABLE 214-5.1 (A) Type Manufacturer of Distributor TOM- Temporary Overiay Davidson Traffic Control Products, 3110 70"^ Avenue East, Tacoma, Markers WA 98424, (877) 335-4638 Add the following section: 14-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size The reflective 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) Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. Safe-Hit SH336SMA 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Garsonite "Super Duck" SDR3036 Garsonite Composites, LLC Garsonite "Super Duck" SDR3036 605 Bob Gifford Boulevard Early Branch, SC 29916 (800)648-7916 Repo "The Replaceable Post" Western Highway Products Repo "The Replaceable Post" 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the pemianent reflective channelizers comply with the plans and specifications and confomn to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the ap- proved quality control program. Revised 11/24/10 Contract No. 6608 Page 127 of 146 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. 300-1.3 Removal and Disposal of Materials, add the following: Also included in clearing and grub- bing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properiy compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General, add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigatfon work, trenching and backfilling of stomn drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavatfon shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compactton of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and at- tendant 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 fimn unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General, add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvlum 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 othenwise 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 othenwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes, add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes, add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material, add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be al- lowed for hauling material on public streets. 300-2.8 Measurement, delete the second paragraph relating to materials removed from stockpiles and add the following: Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites after excavation or those for removal and recompaction of alluvial and colluvial materials or those for materials excavated to improve the stability of cuts, whichever is lower in elevation. No excavated material which is re-excavated will be measured for payment. No allowance for shrinkage or swell will be considered. Materials excavated or other- wise removed as all or part of any other bid item shall not be measured as Unclassified Excavation. 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 Revised 11 /24/10 Contract No. 6608 Page 129 of 146 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 othenwise 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 sectton 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 con- sidered the definitive determinant for quantities for final payment. All topographic sun/eying and cal- culations necessary to quantify payment quantities for Unclassified Excavation shall be perfonned by the Engineer. Payment for Unclassified Excavation shall include costs of sun/eying, staking, preparation of earth- work quantity reports, placement, compaction, soil remediation, moisture adjustment and water there- fore, rework of compressible soils, slope rounding, grading, stockpiling, access road, temporary detour roads, earthen swales and drainage channels as shown on the drawings or required by the contract documents. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades shown on the plans. Subgrade tolerances shall confonn to the requirements of sectfon 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General, add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, fimn, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment, add the following: Dewatering shall be paid for as an incidental and no additional compensation will be made therefore. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas, add the following: Except as provided in section 300-4.7, "Com- paction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as deter- mined in accordance with ASTM Test Procedure Dl 557-91. 300-4.5 Placing Materials for Fills, add the following: The Contractor shall perfonn grading such that the upper 900 mm (3') of fill placed in the roadway pavement area is composed of properiy com- pacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the Internatfonal Conference of Building Officials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper 900 mm (3') of fill placed in the roadway. The Contractor shall break rock encountered in the excavatton into particles of less than 75 mm (3"). Particles with dimensions greater than 75 mm (3") shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater than 460mm (18") shall not be incorporated into the fill. Rock exceeding 150 mm (6") in diameter shall not be placed in the upper 900 mm (3') of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that inter- vening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to ac- ceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. 300-4.6 Application of Water, add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as detennined by ASTM test D-1557- 91. 300-4.7 Compaction, add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6") shall be compacted to 85%, -1-2% -5%, to allow for plant growth. 300-4.8 Slopes, add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical inten/als no greater than 600 mm (2') or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 300-4.9 Measurement and Payment, delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitfons and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclassified excava- tion, and no additional payment will be made therefore. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to alt of the requirements in Tabte 300-5.2.1(A) and the following requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of less than 75 mm (3"). Rock included below the top 1 m (3') of imported borrow shall be particles of less than 150 mm (6"). TABLE 300-5.2.1 (A) Tests Test Method No. Requirements R-Value Calif. 301 40 Min. Expansion Index UBC Standard 18-2 10 Max. Plasttcity Index ASTM D 424 4 Max. Revised 11 /24/10 Contract No. 6608 Page 131 of 146 Sieve Analysis | ASTM D 422 | Percent Passing 75u (No. 200) 15 Max. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Con- tract 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 Prac- tices, 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 bemns, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction pro- cedures, 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 gmbbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to detennine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 as published by the Califomia Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Man- agement Practices Handbook, Construction", January 2003 on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the fonn of pipes or paved ditches with protected outfall berms; graded bemns 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, con- fomning to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned pennanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed there- fore. W 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit a Tier 1 Storm Water Pollution Prevention Plan, here- after referred to as the "SWPPP," attached as Appendix C. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Add the following section: 300-13.1.2 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be re- sponsible throughout the duration of the project for installing, constructfng, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless othenwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall con- tinue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspen- sion of Work". Requirements for installatfon, constructfon, inspection, maintenance, removal and dis- posal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as deter- mined by the Engineer. Add the following section: 300-13.1.3 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures iden- tified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitfate any measures that have been discontinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properiy implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the constructfon site shall be conducted by the Contractor to identify deficient measures, as follows: Revised 11 /24/10 Contract No. 6608 Page 133 of 146 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. Add the following section: 300- 13.4 Payment. Payment shall be made at the contract lump sum item bid. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301- 1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301 -1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk con- structed 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, mate- rials; 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 altowed. SECTION 302 - ROADWAY SURFACING Public Convenience and Traffic Control. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least ttwo weeks prior to work. Contractor shall send, by first class mail, notification letters to all property addresses within 500' of the work. Obtaining the appropriate addresses shall be the contrac- tor'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. 302- 5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all struc- tures 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 com- paction shall be as approved by the Engineer. Raujcerl 11/9/l/in P.nntrant Mn ftftOfl Dona 1 Q/l nf i/lC 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 oper- ator and two full-ttme screed men during all paving. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which refer- ence windrow operattons. Add the following sentence in place of the deleted sentence and subse- quent 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 othenwise directed by the Engineer. . .u • •*• • modify as follows: After last paragraph, add: Unless directed othenwise 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 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 sun/ey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overiay. 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. Wll or CMWD Standard Drawing No. W13. All City of Carisbad sanitary sewer access covers shall be ad- justed per CMWD Drawing No. SI. All stomn sewer access covers shall be adjusted per SDRSD D- 10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materi- als, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. • ^ » 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and resto- ration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, re- moval 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 compactton of base material in confonnance with section 301-2, applicatfon of grade SS-lh emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. ^ ^ „ ... 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1') below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for 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. Revised 11 /24/10 Contract No. 6608 Page 135 of 146 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-lh emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m^ to 0.45 L/m^ (0.05 to O.IOgallons per square yard) in accordance with subsectfon 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall con- form to the requirements of ASTM Dl 190. 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 overiap onto adjacent pavement. Add the following section: 302- 11.4. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for estimating purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for resurfacing shall include post emer- gent herbicide treatment. Full compensation for conforming to the requirements of constructing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (1') thick section of existing asphalt concrete, aggregate base/subbase and basement soil as desig- nated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-lh asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefore. Full compensation for conforming to the require- ments of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equip- ment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303- 2 AIR-PLACED CONCRETE. 303-2.1.1 General, add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 10 welded wire mesh. Add the following section: Rfivi.<?ftri 11/94/in r:nntrant Nn fifiOfl Panfi l.-^fi nf 14R 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 spec- ified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Tvpe of underground facilities Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be con- sidered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This sectton 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 othenwise 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 shalt be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL -H DAYS + 10 X WEEKEND + 5 X NIGHTS -i- 20 X WEATHER + SPEED (kmh) SLOPE X 100] X LANES 1000 8 PS = [ ADT + EWL -H DAYS + WX WEEKEND -i- 5 X NIGHTS + 20X WEATHER + SPEED (mph) -h SLOPE X 100] X LANES 1000 5 where: PS = plate score. Revised 11 /24/10 Contract No. 6608 Page 137 of 146 ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Man- ual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 Catifornia Supplement. EWL = equivalent wheel toads as defined in the Federal Highway Administration (FHWA) Man- ual 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 utflized 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 regula- tions require or the Engineer detennines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Stand- ard Specifications. The trench shoring shall be designed and installed to support the steel plate bridg- ing 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 properiy completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. IIIOAHrX r•n.^^•..««t Mn CCnO Dnnn 1 OO nf H/IC 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 W 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 move- ment 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 1 aggregate confomning to the requirements of tables 203-5.2(8) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacemerit 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 fomn ramps, maximum slope 8.5% with a mini- mum 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 elastomenc 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: ^ ^ • -r ui one 306-1.1.7.4 Materials. The minimal thickness of steel plate bndging shall be as shown in Table 306- 1.1.7.4(A) TABLE 306-1.1.7.4(A) Maximum Trench Width 0.3 m (10") 13 mm (V2") 0.6 m (23") 19 mm (3/4") 0.8 m (31") 22 mm (Vs") 1.0 m (41") 25 mm (1") 1.6 m (63") 32 mm (1 (1) hor spans greaier iriaii 1.0 111 a auui^iuioi vjcoiyn ^..^j^^.^^ a-—- c neer 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 detemnined 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 Con- tractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: . . . , ^. . 306-1.1.7.5 Measurement and Payment. Steel plate bridge matenais including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and pad- ding 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, supen/ision. Revised 11 /24/10 Contract No. 6608 Page 139 of 146 overhead of any type or descriptton will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carisbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest editfon. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe, add the following: The Contractor shall pro- vide 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 mark- ing 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 densify 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 follow- ing: Temporary bituminous resurfacing materials which are placed by the Contractor are for its con- venience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of pennanent resurfacing only when approved by the Engineer. When temporary bitumi- nous 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 tem- porary 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 tem- porary 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 utflity 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 (14") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless othenwise 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 re- moval and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grub- bing, and no additional payment will be made. ^01^ SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Section 86, "Signals, Lighting and Electrical Systems", of the Caltrans Standard Specifications replaces Section 209, "Electrical Components", and Section 307, "Street Ughting and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of con- struction of street lighting and traffic signals. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth para- graph as follows: The Contractor shall furnish all equipment, materials, labor, and supen/ision neces- sary for painttng traffic lanes, directtonal arrows, guidelines, curbs, parking lines, crosswalks, and ottier 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 existtng or temporary traffic markings and lines that may confuse the public. When tem- porary detour striping or markings are no longer required, they shall be removed pnor 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 tharn 3 mrn (VB") in 3 m (10') when measured parallel to the centeriine of the street or more than 6 mm (/4 ) in 3 m (10') when measured perpendicular to the centeriine 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 fumished by the Contractor. This equip- ment shall meet all requirements of the air pollution control district having junsdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existtng markings and striping, either pemnanent or temporary, which are to be aban- doned, 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 immedi- ately 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 sandblastfng in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overiay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by sun/ey- ing 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 sttipes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Revised 11/24/10 Contract No. 6608 Page 141 of 146 Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are cleariy visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb 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 addittonal compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no addittonal compensation will be allowed there- fore. 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 pennanent 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 Con- tractor 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 11/24/10 Contract No. fifiOfl Pans 14? nf 14R 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 traftfc pavement markers, chan- nelizers, 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 sen/ed 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 nnarking, 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 remova- ble-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Re- moval" except the 14-day waiting period before placing the pavement markers on new asphalt con- crete surfacing as specified in section 312-1 "Placemenf, 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: ^ „. t • u ^ 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be fumished, 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 align- ment 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 cun/ed alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright 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 spec- ifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: . 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Revised 11/24/10 Contract No. 6608 Page 143 of 146 Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or over- turned, 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 inter- connected 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 cush- ions 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 "Paintfng". Contractor shall be respon- sible 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 man- ufacture Temporary railing (Type K) shall confonn to the provisions in sections 201-1, "Portland Ce- ment 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 confonn 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 confonn to the provisions in sectfon 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the fomns-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type 1^ shall be set on fimn, stable foundation. The foundation shall be gracied to provide a unifomn bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on cun/ed 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 fumished by the Contractor. A Type P marker panel con- forming 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 PouicoH 11/9/l/in r!nntrQnt Mn RROfl Pona 1/1/1 nf i/1ft plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite 111" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Sen/ice, 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 Tl and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the 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 Draw- ings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channel- izers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appur- tenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, mate- rials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, main- taining, 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. Revised 11 /24/10 Contract No. 6608 Page 145 of 146 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600-3 Rubberized Emulsion - Aggregate Slurry 600-3.2 Materials add the following: Aggregate for Rubberized Emulsion - Aggregate Slurry shall be Type 1 Slurry Aggregate. 600-3.4 Application of REAS add to the first paragraphs: No slurry shall be applied until the provi- sions of subsection 212-1.2.6, Herbicide Application, Section 302-11 Asphalt Concrete Pavement Crack Filling and Sealing, Section 312-3 Pavement Marker Removal have all been satisfied. The Contractor shall remove all existing markings, legends and striping, either permanent or tempo- rary in those areas to be slurried. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any stomn 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 stomn drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. All cracks and areas between existing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with heriDicides. Herbicides shall be applied at least 2(two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Contractor shall remove any visible plant growth prior to placement of Herb- icide. Full compensation for removal of striping and herbicide application shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work and shall be consid- ered as included in the contract unit price bid for Rubberized Emulsion Aggregate Slurry and no addi- tional compensation will be allowed therefore. 600-3.6 Public Convenience and Traffic Control modify the first line with the following: Public Con- venience and traffic control shall conform to 302-4.4.4. There shalt be no stockpiling of material al- towed on City right-of-way. o 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 infrastructure, major improvements will be occurring In your neighborhood, beginning in two or three weeks. This process requires that your street be partially closed for four months starting at 7:00 a.m. and continuing until the Contractor removes the traffic control devices. You will be notified 72 hours in advance of the day your street will be closed by a brightly colored 3 'A" x 8 'A" card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. {Name of Contractor) is the Contractor that will be performing the construction activities for the City and you may call them at (24 tiour per day attended teleptione number in the 760 area code) for any questions you may have about the project. If you have a moving company scheduled to come to your house within during this time period, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 602- 2780. They will assist you In resolving the concerns. The City of Carlsbad has some of the finest Infrastructure in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated." If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. o APPENDIX B STANDARD DRAWINGS FULL LANE WIDTH 12 FT. V -ASPHALT CONCRETE FINISH COURSE SEE GS-28 EXISTING AC AND BASE •LIMIT OF 2" GRIND (TYP.) ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS. SPECIFICATIONS. AND CITY STANDARDS. NOTES: ^•,l?.lPc^^'^ ^^^^^ ^^^^^ ^^^^^^^ ^0 ^R^NCH WIDTHS FROM 26 INCHES TO 48 INCHES. ^•Trli™^,A^- REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. AC MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION 4. WHEN THE EDGE OF THE GRIND AREA IS W^IN 24 INCHES OF EDGE OF PAVEMENT ANY STRUCTURE. AN ADJACENT TRENCH PATCH. OR OTHER PA\^NG JOIN LINE THE s wu™ Tu'r^'rr^t^/^n^c^^ ™ EXISTING STRUCTURE OR JOIN LINE 5. WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH, THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE LINE OR EDGE OF PAVEMENT [REV" APPROVFn DATE CITYOFCARLSBAD TRENCH RESURFACING ASPHALT CONCRETE PAVEIVIENT FOR TRENCH WIDTHS FROIVI 26" TO 48" CITY ENGIICER •5^ ^- 2./1P DATE SUPPLEMENTAL OO OC STANDARD NO. OO-^D TYPICAL TRENCH SECTION WITH DIMENSIONS AND COMPACTION ZONES TRENCH ZONE MAX. ALLOWABLE SLOPE OF EXCAVATION PER REQUIREMENTS OF CAL/OSHA. 7 4" MIN. TO 6' MAX. BENEATH PIPE OR V MIN. BtNtATH BELL. WHICHEVER IS GREATER. P.V.C. PIPE PIPE ZONE NOTES: 1. PERCENTAGES SHOWN EQUAL MINIMUM RELATIVE COMPACTION. 2. MINIMUM DEP™ OF COVER FROM TOP OF PIPE TO RNISH GRADE FOR ALL SANITARY SEWER INSTALLATIONS SHALL BE 3 FEET. FOR COVER LESS THAN 3', SPECIAL DESIGN AND APPROVAL REQUIRED. 3. TRENCH ZONE BACKFILL SHALL BE PER SECTION 02223. NO ROCKS LARGER THAN 4" IN ANY DIMENSION WLL BE ALLOWED IN BACKFILL. ASPHALT OR CONCRETE CHUNKS WILL NOT BE ALLOWED REV. APPROVED DATE CITY OF CARLSBAD /2/A%I-T JpL<*vb. CITY ENGINM:R ^ DATE 1 PIPE BEDDING AND TRENCH BACKFILL FOR SEWERS /2/A%I-T JpL<*vb. CITY ENGINM:R ^ DATE 1 PIPE BEDDING AND TRENCH BACKFILL FOR SEWERS /2/A%I-T JpL<*vb. CITY ENGINM:R ^ DATE 1 PIPE BEDDING AND TRENCH BACKFILL FOR SEWERS SUPPLEMENTAL r STANDARD NO. 0~U c CLEAN-OUTS IN YARD TO BE COVERED WITH 10" PLASTIC COVER BY CARSON PART NO. 910 OAE CLEAN-OUTS IN CONCRETE TO HAVE CONCRETE BOX WITH TRAFRC LID BY J&R OR BROOKS PART NO 3-R-T. NOTES: 1. THE LATERAL SHALL BE BEDDED "mE SAME AS THE MAIN UNE SEWER. 2. IN NO CASE SHALL A LATERAL CONNECT TO THE SEWER MAIN DIRECTIY ON TOP OF THE PIPE. 3. SEWER LATERALS SHALL HAVE A 2X MINIMUM SLOPE. ALL JOINTS ON SEWER LATERAL PIPE SHALL BE 4. COMPRESSION TYPE OR APPROVED SOLVENT WELD. AS-BUILT SEWER LATERAL LOCATIONS SHALL BE FURNISHED TO THE CITY INSPECTOR ON FORMS PROVIDED PRIOR TO FINAL APPROVAL OF WORK. ALL LATERAL TRENCHES TO PROPERTY UNE AND SEWER MAIN TRENCHES TO BE COMPACTED PER SS, CLEAN-OUT TO SE ADJUSTED TO GRADE AFTER FINAL FINISH GRADING. FOR BACKFILL AROUND CLEANOUT RISER SEE DWG S-5, NOTE 3. MAINTENANCE OF THE SEWER LATERAL FROM THE SEWER MAIN TO THE BUILDING JS THE RESPONSiBILTY OF THE PROERTY OWNER. REV. APPROVED DATE CITY OF CARLSBAD SEWER LATERAL SEWER LATERAL CITY ENGIN^R DATE (WITH OPTIONAL WYE) SUPPLEMENTAL rt ^ STANDARD NO. 0~ / 5 TRENCH WIDTH AT TOP OF TRENCH VARIES AXIMUM ALLOWABLE SLOPE or EXCAVATION PER REQUIREMENTS OF CAL/OSHA CD BACKFILL TRENCH ZONE WITH NAIIVE EARTH BACKFILL OR IMPORTED MATERIAL 90% RELATIVE COMPATION- COBACkriLL PIPE BASE AND PIPE ZONE WJTH IMPORTED SAND 90% RELATIVE COMPATION HAUNCHING LIMITED PIPE DIAMETER MIN. MAX, 1" THROUGH 6" 6" 9" A 10" THROUGH 16" 8" 12" A 18" THROUGH 24" 10" 18" 27" THROUGH 36" 12" 24" •IN PAVED AREA. TRENCH ZONE SHALL BE COMPACTED TO 95% MIN. NO SCALE ITEM DESCRIPTION SPEC/DWG 1 BEDDING AND BACKFILL MATERIAL SECT 02223 RCV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT TYPICAL TRENCH SECTION CITY ENGINfe ^ DATE TYPICAL TRENCH SECTION STANDARD DWG. NO. W"2 TYPICAL TRENCH SECTION STANDARD DWG. NO. W"2 NOTES: 2. FIRE HYDRANT BASE - 6 EA. 13/16" DIA. HOLES, BOLTS & NUTS - 3/4" X 3" HEX HEADS. 3. INSTALL BOLTS WITH NUTS ON TOP OF FLANGE. 4. SEE SPECIFICATION FOR PAINTING REQUIREMENTS. (BEGIN PAINT AT SCORE IN BREAK-OFF SPOOL). 5. SEE SPECinCATiON FOR BURIED FLANGE REQUIREMENTS. 6. SEE IMPROVEMENT PLANS FOR FIRE HYDRANT LOCATIONS. A 3' CLEAR SPACE SHALL BE MAINTAINED AROUNO THE CIRCUMFERENCE OF F.H. EXCEPT AS OTHERWISE REQUIRED OR APPROVED. 36" BEHIND FACE OF CURB FOR NON-CONTIGUOUS / OR NO SIDEWALK. 8. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 r ITEM DESCRIPTION A.CP. - RT X FL TEE. SPEC/DWG DUC'TILE IRON PIPE - D.I. TEE WITH 6" FL. OUTLET. ( PJ OR MJ X FL ) STFFL PIPE - 6" STEEL FL OUTLET- ASBESTOS CEMENT PIPE - RT X FL TEE WITH 6" OUUET. 6" FL X PJ GATE VALVE- S'' CLASS 150 PVC PRESSURE PIPE. ^ 6" X 30" PJ X FL BURYELL. ( 6 HOLE PATTERN )• 6" VARIABLE LENGTH FL. BREAK OFF SPOOL. ( GROOVED BOTH ENDS ). 6" FIRE HYDRANT. 10 POLYETHYLENE ENCASEMENT 11 VALVE BOX ASSEMBLY. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT FIRE HYDRANT ASSEMBLY CITY ENGINE^ ^ DATE FIRE HYDRANT ASSEMBLY STANDARD DWG. NO. W"I2 FIRE HYDRANT ASSEMBLY STANDARD DWG. NO. W"I2 SECTION A-A DOMESTIC WATER NOTES: 1. IN NON-ROAD AREAS PLACE MARKER 3, POST NEXT TO VALVE BOX ASSEMBLY AS DIRECTED BY THE ENGINEER. ( SEE . DRAWING NO. 23 ). 2. ALL BURIED NUTS ANO BOLTS SHALL BE WAX TAPE C0A1ED PER SPEC. 09902 SECTION B-B RECLAIMED WATER SEE DRAWING NO. 23 FOR GATE VALVE EXTENSION. UPPER SIDE OF UO TO RECIEVE 2 COATS OF PAINT SEE SPECIFICATIONS FOR PAINTING REQUIREMENTS, ( PAGE 4 ). ITEM DESCRIPTION SPEC/DWG VAL BOX & COVER WITH NON- SKID C.l. COVER AND UFT HOLE, MARKED WATER . VAL BOX & COVER FOR NORMALLY CLOSED VALVE. VAL BOX & COVER MARKED "RECYCLED WATER". 8" C900 PVC OR ASPHALT COATED WELL CASING. CONCRETE COLLAR IDEN MFY UONC. BY CLASS bbO-C-Sl^O REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT VALVE BOX ASSEMBLY ii«b€ffsr \vi^'WMJ/WV% Jf/t'/t/t CITY ENGINEER " DATE VALVE BOX ASSEMBLY STANDARD DWG NO. y\/-|5 VALVE BOX ASSEMBLY STANDARD DWG NO. y\/-|5 FINISHED SURFACE (TYP.) NOTES: 1. SEE SPECIFICATIONS FOR BURIED FLANGE AND VALVE REQUIREMENTS. 2. SEE DRAWING N0.19 FOR THRUST BLOCK BEARING AREAS. 3. ALL BURIED NUTS AND BaTS SHALL BE WAX TAPE COATED PER SECT. 09902. PVC & DIP TRENCH ELEVATION PVC PIPE TRENCH REINFORCING STEEL DETAIL. TRENCH SECTION (TYPICAL) TRENCH ELEVATION STEEL PIPE ITEM DESCRIPTION SPEC/DWG 1 GATE VALVF 2 POLYETHYLENE ENCASEMENT 3 NO. 4 REINFORCING STEEL. 1 ^ CONCRETE THRUST/ANCHOR BLOCK. (3250 P.S.I.) 560-C-3250 W-19 VALVE BOX ASSEMBLY. W-13 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT GATE VALVE INSTALLATION P.V.C, & STEEL PIPE. CITY ENGINEpt OATE STANDARD DWG. NO. W-16 4 6 8 10 12 NOTES: Pipe Diameter in inches 1. BASED ON 225 PSi TEST PRESSURE AND BEARING VALUES OF DRY SOILS. 2. VALUES FROM CURVES ARE FOR TEES AND DEADENDS. I.E. ; STRAIGHT UNE THRUST FOR 90- BEND: 1,4 VALUE FROM CURVE. FOR 45" BEND: 0.8 VALUE FROM CURVE, FOR 22 1/2' BEND: 0.4 VALUE FROM CURVE, 3. FOR CONDITIONS NOT COVERED BY CURVES. SPECIAL THRUST WALLS. THRUST BLOCKS AND ANCHORS MUST BE CALCULATED AND APPROVED. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 1^ Loi**-^ J(5itt«t«^ L/^ "^hrJait THRUST BLOCK BEARING AREAS CITY ENGINV^R DATE THRUST BLOCK BEARING AREAS STANDARD DWG NO. V^-jQ THRUST BLOCK BEARING AREAS STANDARD DWG NO. V^-jQ VOLUME 3 - STANDARD DRAWINGS & SPECIFICATIONS O CHAPTER 2 - CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS Note: The minimum allowable concrete mix design for all concrete placed within public right- of-way shall be 560-C-3250 as specified in the Standard Specifications for Public Works Construction. PWG. MODIFICATION D-2 Enlarge curb inlet top to width of sidewalk (not to exceed 5'6") by length of inlet including wings. Existing reinforcing steel shall be extended across enlarged top to clear distances shown. D-20 Delete. D-27 Add: A maximum of three (3) combined outlets in lieu of Std. D-25. D-40 Add: "T" dimension shall be a minimum of three (3) times size of rip rap. D-70 Minimum bottom width shall be 6' to facilitate cleaning. D-71 Minimum bottom width shall be 6' to facilitate cleaning. D-75 Delete "Type-A" Add: 6" x 6" x#10 x #10 welded wire mesh, instead of stucco netting. E-1 Delete direct burial foundation. Add: The light standard shall be pre-stressed concrete round pole. E-2 Grounding per note 2. Attachment of the grounding wire to the anchor bolt shall be below the light standard base plate with an approved connection. G-3 Delete. G-5 Add: Note 4. Tack coat shall be applied between dike and existing asphalt concrete surface as specified in Section 302-5.4 SSPWC. G-6 Type B-1 not used. When specified, Type B-2 shall have a curb height ofS" width of 6" with a 3:1 batter. When specifically approved by the City Engineer, Type B-3 shall have a curb height of 8", width of 6", a 3:1 batter with the hinge point eliminated. G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint-to-joint or approved combination. Volume 3 - Chapter 2 1 of 2 O CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONALSTANDARD DRAWINGS (CONTINUED) PWG MODIFICATION G-12 Add: smooth trowel flow line (typical) 7-1/2" thick with a minimum of 6" of aggregate base per City of Carlsbad Standard GS-17. G-13 Add: smooth trowel flow line (typical), 7-1/2" thick, with a minimum 6" of aggregate base per City of Carlsbad Standard GS-17. G-14 Change; Residential Thickness = 5-1/2" Commercial/Multi-Family Residential Thickness = 7-1/2" G-15 Delete requirement 3 G-24 Replaced with Carlsbad Standard Drawing GS-25 G-25 "Type-C" only (delete "Type D") G-26 Change thickness from 5-1/2" to 7-1/2" and add minimum 4" Class II base under curb/gutter (to 6" past back of curb). G-33 Delete G-34 "Type-C" only (delete "Type D") G-35 "Type-F" only (delete "Type E") M General: Agency shall be "City of Carlsbad" M-2 Add; To be used only with specific approval ofthe City Engineer. Volume 3 - Chapter 2 2 of 2 •Edge of Footing T 1 1/2:1 sloping backfill or 250 psf live load surcharge Mortar cap |4 Total 2 Total 2 #4 Total 5 Key-^ •o 1 w/2 r _l r o CM w TYPICAL_ SECTION over 3'-8" Layout Line PLAN I 1 J- 1 1 ll 1 i 1 1 , 1 1'-6 ® 12" 1 ^|4 1'-6 ® 12" 1 1/2 : 1 sloping backfill or 250 psf live load surchorge Mortor Cap I H 12 @ 12' 12"x12 TYPICAL ^ SECTION J'-B" max ELEVATION Horizontal reinf. not shown DIMENSIONS AND REINFORCING STEEL H (max) 5-4° 3'-8" T (min) O'-IO" O'-IO" W (min) 5-0" ©Bars #4916" (DBars #6916" #4916" max soil 700psf 550psf pressure 700psf NOTES: 1. See C-7 and C-8 for additional notes and details. 2. Fill all block cells with grout. Revision ORIGINAL Add Metric Delete Metric By S.S Approved Kercheval 12/75 T. Stanton T, Stieli Date 03/03 03/11 SAN DIEGO REGIONAL STANDARD DRAWING MANSONRY RETAINING WALL TYPE 2 (LIVE LOAD SURCHARGE OR SLOPING BACKFILL) RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chdirperson R,C,E. 19246 Dqte DRAWING NUMBER C-2 -See M-2 for manhole frame \and cover #4 n around opening Transition to normal curb height in 10' on both sides unless otherwise noted See D-12 for continuous galvanized steel face angle and protection bar- See Note 7 T — 4"radius Curb line Edge of gutter SECTION B-B 6"min - (typical both sides) 30 D Lai (typ) PLAN - Length shown on plans Slope to match curb profile or as shown on plans #4 @ 12" #4 @ 6" -3-#4 Y+10" rh ~ S~*S S—T i - 1 1 T 1 Y ^ CLR •7-1/2' 4-|4 around pipe "Optional construction joint L 6' min above invert -Slope floor 12:1 towards outlet = 30 D Lap (typ) Y is determined by pipe size-4' min, 8' max SECTION C-C 30 D Lap (typ NOTES (See Note 11) SECTION A-A Curb line 10" unless otherwise r—shown i I ^See SDARSD ]-/ D-11A & D-llB J/I for horizontal & flooring reinforcement • Optional construction joint 6" min above invert -30 D Lap (typ) 1. See D-11A, D-11B & D-12 for additional notes and details I ZniZ\^Tlr^T °" ^ f^'^^ ^''^g) B-2 (two wings). 4 Stent h^^^^^^ lear spacing between re nforcing ond concrete surface unless otherwise noted. 4. Steps shall be installed when V exceeds 4'. See D-llA for details 5. Concrete gutter to match adjacent gutters 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin. /.Provide 1/4 tooled groove in top slab in line with back of adjacent curb 8, Surtace of top slob to match sidewalk finish and slope lolVln'tinn^.h^nii'°ho' h^'"'^' ''^.'"^ ''^^ ^^'"fo^^ement 12" into adjacent sidewalk U. tlevations shal be shown on plans where indicated by "O" symbol xceed'1' fiVbS'LT'^f • M'^' '"''^ ^'^^^^ of'adjacent sidewalk (X + T not to eraed^a o'^c, t, ^'"^^^5. Reinforcing steel shall be extended across LEGEND ON PLANS Revision ORIGINAL By Approved Kercheval Date 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY WE SAN OIEGO REGIONAL^ANDARDS COMMITTEE Add Metric T, Stonton 03/03 CURB INLET - TYPE B RECOMMENDED BY WE SAN OIEGO REGIONAL^ANDARDS COMMITTEE Reformatted T, Stanton 04/06 CURB INLET - TYPE B RECOMMENDED BY WE SAN OIEGO REGIONAL^ANDARDS COMMITTEE Edited T. Stanton 02/09 CURB INLET - TYPE B Chairperson R.C,E, 19246 Dote Edited s.s. T. Regello 03/11 CURB INLET - TYPE B DRAWNG rv NUMBER ^-^^ 2-#4 bars #4 bars placed diagonally #4 @ 8" both ways Bend down 15" (typ) PLAN Bend down 15- (typ) Diagonal bars 2-#4 bars Elev shown on plans - SECTION A-A NOTES 1. See D-11A & D-1 IB for additional notes and details 2. Concrete base sholl be 560-C-3250. 3. All precast components shall be reinforced with 1/4" diameter steel, wound spirally on 4" centers. 4. All joints shall be set In Class C mortar. 5. Maintain 1-1/2" clear spacing between reinforcing and concrete surface unless otherwise noted. 6. Exposed edges of concrete shall be rounded with a radius of 1/2". 7. Manhole cover to be marked "Storm Drain". 8. Modifications to "Y" dimension required if pipe (D2) exceeds 39". 9. If constructed adjacent to sidewalk, top of manhole to match sidewalk slope. Revision By Approved Date ORIGINAL Kercheval 12/75 Add Metric T. Stanton 03/03 Reformatted T. stonton 04/06 Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 TYPE PIPE DIAMETER (Dl) X Y (See Note 8) Z A4 up to 39" 4' 4' 6' A5 42" to 48" 5' 4' 6' AS 51" to 60" 6' 4' 6' A7 63" to 66" 7' 4' 7' A8 69" to 78" 8' 4' 8' See M-3 for manhole frame and cover See D-11 A for step details 4-#4 around pipe Optional construction joint 6" min above invert Slope floor 12:1 towards outlet LEGEND ON PLANS SAN DIEGO REGIONAL STANDARD DRAWING STORM DRAIN CLEANOUT - TYPE A RECOMMENDED BV THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19245 Dote DRAWING NUMBER D-09 1 STEP DETAIL NOTES I. Concrete shall be 560-C-3250 unless otherwise noted Reinforcing steel shall comply with this drawing (D-11A and D-1 IB) unless otherwise specified. R^nl «riit • ^! g^^de deformed bars conforming to latest ASTM specifications Bends shall be in accordance with latest ACI code. H^^'H^-uuun;,, Minimum splice length for reinforcing shall be 30 diameters slo7 o?'i:lTL°ar7t^e'o:tret.'"'' ""^^ ^'"^ " '''' ° ~ Depth y is measured from the top of the structure to the flowline of the box Wo thickness and reinforcing steel required may be decreased in accordance with toble on D-1 IB Wall thickness shall be stepped on the outside of ihe box 10. When the structure depth V exceeds 4', steps shall be cast into the wall at 15" intervals from 15" nthr. *° ^^ f P°^^"^l« P''^^ ^t^PS w'^ll without pipe opening otherwise over opening of smallest diameter. uHcnmy, II. Alternate step may be an approved steel reinforced polypropylene step rn^TinTl^' V^' ^t'/'' f ^''""'^ '^^'"^ °^^^Pt^ble OS an alternate to ':^^.d f:";:':"' ^"^"^ ^ p—^ Revision By Approved Date ORIGINAL Kercheval 12/75 Add Metric T. Stonton 03/03 Reformatted T. Stanton 04/06 Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.CE. I924S Dote DRAWING NUMBER BOX SECTION REINFORCEMENT (HORIZONTAL AND FLOOR) MAXIMUM SPAN X or Y DEPTH V THICKNESS T HORIZONTAL AND FLOOR REINFORCEMENT SIZE AND SPACING 3' to 4' 4' 6" #4 ® 18" 4'-r to 7' 4' 6" #4 @ 12" 7'-r to 8' 4' 6" #4 @ 8" 3' to 4' 4'-l"to 8' 6" #4 & 18" 4'-r to 5' 4'-l"to 8' 6" #4 @ 12" 5'-r to 6' 4'-l"to 8' 6" #4 @ 8" 6'-1" to 8' 4'-l"to 8' 6" #4 ® 6" 3' to 4' 8'-1" to 12' 6" #4 @ 15" 4'-r to 5' 8'-1" to 12' 8" #4 a 12" 5'-r to 6' 8'-1" to 12' 8" #4 @ 8" 6'-l" to 8' 8'-1" to 12' 8" #4 © 6" 3' to 4' 12'-1" to 16' 8" #4 @ 12" 4'-r to 5' 12'-1" to 16' 8" #4 ® 12" 5'-r to 6' 12'-1" to 16' 8" #4 a> 8" 6'-1" to 7' 12'-1" to 16' 8" #4 ® 6" 7'-r to 8' 12'-1" to 16' 8" #5 @ 8" 3' to 4' 16'-1" to 20' 8" #4 ® 12" 4'-1" to 5' 16'-1" to 20' 10" #4 @ 12" 5'-r to 6' 16'-1" to 20' 10" #4 a 8" 6'-1" to 7' 16'-1" to 20' 10" #4 ® 6" 7'-r to 8' 16'-1" to 20' 10" #5 @ 8" 3' to 4' 20'-r to 24' 8" #4 ® 12" 4'-r to 5' 20'-r to 24' 10" #4 @ 12" 5'-r to 6' 20'-r to 24' 10" #4 ® 8" 6'-1" to 7' 20'-r to 24' 10" #4 @ 6" 7'-1" to 8" 20'-r to 24' 12" #5 ® 8" Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Metric T. Stanton 03/03 INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Reformatted T. Stanton 04/06 INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Edited S,S, T, Regello 03/11 INLETS AND CLEANOUTS NOTES AND DETAILS '^naFrperson IUOte DRAWING n IID NUMBER ^"liO INLETS AND CLEANOUTS NOTES AND DETAILS '^naFrperson IUOte DRAWING n IID NUMBER ^"liO 3/4" crushed rock SECTION NOTES 1. See G-24A and G-24B or G-25 for resurfacing details on improved streets. 2. (*) indicates minimum relative compaction. 3. Top 12" of trench backfill in street section shall be 95% relative compaction unless specified otherwise, Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Parkinson 2/95 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Metric T, Stonton 03/03 PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS Reformatted T, Stanton 04/06 PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS Edited S,S, T, Regello 03/11 PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS Chairperson R.C.E. 19246 Dote PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS DRAVlflNG n cn NUMBER ^"OU ih-1/2" 2" WEAKENED PWNE JOINT NOTES: 1. CONCRETE SHALL BE 520-C-2500. 2. SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DCTAILS. 3. MONOLITHIC CURB, GUTTER AND SIDEWALK IS TO BE USED WITH AGENCY APPROVAL ONLY 4. CURB HEIGHT=6" UNLESS OTHERWISE INDICATED ON PLANS LEGEND ON PLANS REVISION ORIGINAL ADD METRIC ^EFORMAHE: UPDATED BY MR APPROVED KERCHEVAL T. STANTON T. STANTON MR/CV DATE 12/75 03/03 04/06 11/11 SAN DIEGO REGIONAL STANDARD DRAWING MONOLITHIC CURB, GUTTER AND SIDEWALK RECOMMENDED 8Y THE SAN DIEGO REGIONAL STANDARDS COMMITTEE CH'AIRPERSON R.C.E. 19246 DATE DRAWING NUMBER G-3 EXISTING SCORE MARK- AREA TO BE REMOVED 5', OR FROM JOINT IN PANEL, WHICHEVER IS LESS -EXISTING JOINT EXISTING SCORE MARK- SIDEWALK PLAN AREA TO BE REMOVED EXISTING JOINT SIDEWALK SECTION I ^ AREA TO BE REMOVED 5". OR FROM JOINT IN PANEL. WHICHEVER IS LESS 30" MIN, FROM EXISTING JOINT OR EDGE OF CURB -EXISTING JOINT OR EDGE CURB UNE GUTTER LINE i EXISTING SCORE MARK CURB PLAiN AREA TO BE REMOVED 5' MIN, FROM EXISTING 5' JOINT OR EDGE OF PAVEMENT EXISTING JOINT OR EDGE • •i' PAVEMENT SECTION 1-1/2" REMAINING EDGE TO BE SMOOTH AND TRUE WITH NO SHATTER NOTE: WHEN DISTANCE FROM "AREA TO BE REMOVED" TO EXISTING JOINT EDGE OR SCORE MARK IS LESS THAN MINIMUM SHOWN, "AREA TO BE REMOVED" SHALL BE EXTENDED TO JOINT, EDGE OR SCORE MARK. CONCRETE TO BE REMOVED SAW CUT SECTION SHOWING CUT RE-SIGN ORIGINAL ADD METRIC REFORMATTED UPDATED BY CV APPROVED KERCHEVAL T. STANTON T. STAMTON MR/CV DATE 12/75 03/03 04/06 1/11 SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE CURB, GUTTER. SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT RECOMMENDED BY THE SAN OIEGO REGIONAL STANDARDS COMMITTEE CH'AIRPERSON R.CE. 19246 DATE DRAWING NUMBER G-11 CONCRETE SUPPORT WALL (SEE NOTE 10) CASE A EXPANSION JOINT FILLER r (25 mm) SAND CUSHION OR APPROVED EXPANSION JOINT MATERIAL (SEE NOTE 8) CASE D OPTIONAL CLEANOUT , (SEE NOTE 11) CONCRETE SUPPORT WALL (SEE NOTE 10) CASE B -1" (25 mm) THICK EXPANSION JOINT FILLER UNDISTURBED EARTl CASE E 1" (25 mm) THfCK EXPANSION JOINT FILLER UNDISTURBED A EARTH 1" (25 mm) SAND CUSHION OR APPROVED EXPANSION JOINT MATERIAL (SEE NOTE 8) SADDLE CASE C UNDISTURBED EARTH —r (25 mm) SAND -r (25 mm) THICK CUSHION OR APPROVED EXPANSION JOINT EXPANSION JOINT FILLER MATERIAL (SEE NOTE 8) CASE F STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULGATHJ BY THE PUBUC WORKS STANDARP, INC. GREENBOOK COP.MTTEE 1B84 REV. leoe, 2009 HOUSE CONNECTION REMODELING USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTTON STANDARD PLAN 223-2 SHEET 1 OF 3 APPENDIX C TIER 1 STORM WATER POLLUTION PROTECTION PLAN Current version available at: http://web.carlsbadca.EOv/business/building/permittinR-process/paRes/applications handouts.aspx < o -a o IU G I a O U Cd td H •< o O Si ,< 5 0= t a c 5 Q- - :3 g LL UJ (no i I Q K _l 1 ^tO lU tL • H ^ b u. E S (O 3 O L UJ ^ Q lij: _ ^ CJ Q- C UJ _ _I Q. O O CO i it: Q: SQ s < S r- 1- or o < % Z) (J 5 CON CITY • 5 5 Waste Management and Materials Pollution Control BMPs Waste Management and Materials Pollution Control BMPs atSEM aiajauoQ 8-WM Waste Management and Materials Pollution Control BMPs jusiuaBsuen aisBflrt snopJBZEH 9-IAIM Waste Management and Materials Pollution Control BMPs )U3Uia6Bue(^ aiSBM PIIOS 9-NM Waste Management and Materials Pollution Control BMPs puB uofliiaAaJcj iiids t'-WM Waste Management and Materials Pollution Control BMPs luauja6euBV4 BifdHOOis Waste Management and Materials Pollution Control BMPs asn leueievg Waste Management and Materials Pollution Control BMPs aCejois puB Aj9f.v\ao tEua)E^ L-INM Non-Storm ater ManagcRisnt BMPs Non-Storm ater ManagcRisnt BMPs BuiuBeio juaiudmb^ PUB spmaA 9-SN Non-Storm ater ManagcRisnt BMPs UO|IE6UJ|/JBIEM aiqeiod Z-SN Non-Storm ater ManagcRisnt BMPs suoDSJado SuipiiiJQ pue GuuiCd e-SN Non-Storm ater ManagcRisnt BMPs U0HBAJ3SU0O laiBM l-SN Tracking Contral BMPs Tracking Contral BMPs uopnjisuoo paziiiqeis z-yi Tracking Contral BMPs ssai63/Gsaj6u| uo!ioru|Guoo pazniqeis Sediment Control BMPs Sediment Control BMPs uoipaioJd iaiu| ujEJO UIJ01S 01.-3S Sediment Control BMPs J9LUBQ BBqpues 8'3S Sediment Control BMPs eujuinnoeA pun 5u|daaMs )aai)S Z-3S Sediment Control BMPs uuag Beg lanejo &-3S Sediment Control BMPs BHoa Jeqy S-3S Sediment Control BMPs uiea i|03iio MS Sediment Control BMPs dBJl luaujipss S-3S Sediment Control BMPs aouad Ills 1.-3S Erosion Control BMPs Erosion Control BMPs suiEia adois Erosion Control BMPs ssjeMg aGEUiGJa pue sailia MUBB 6-03 Erosion Control BMPs Buiipinn pooflA S-D3 Erosion Control BMPs sievj saiflxaiDBs Z-03 Best Management Practice (BMP) Description CASOA Designation Construction Activity S c 15 o CO •a c c ra c S t-Stockpiling j c c o ffl •a c •"E O a (D ra j= a. i OJ £ o O 1 Concrete flatwork 1 c 1? c o ra TS c S. ^ '3 •D C o 1 o [waste Disposal n S < S o c m » u. ? nl 3 n n u ,1 it DI "3 a W •o Ol 1 Q 1 Sile Access Across Dirt [other (list); Best Management Practice (BMP) Description CASOA Designation Construction Activity ^T3.£ so < -S £ "S .S h - .5 a .E c 2 U - « ia flj *-* B _H ,0 Ji u "S o a * V, g Ifi K S-S m -a f -3 •Z = " » > o APPENDIX D POTHOLE REPORTS Phone: 760-480-2347 Fax: 760-739-8034 Cell; 760-419-2183 REPORT FOR City Of Carlsbad - Public Works Department 1635 Faraday Avenue Carlsbad, CA 92008 Attn: Sherri Howard PROJECT #X130154 Utility Locating and Potholing Madison Street Carlsbad, CA TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT DESCRIPTION AND COMMENTS 3. PROJECT MAP 4. POTHOLE AREA MAPS (AREA 1-4) 5. POTHOLE TABULATION (PH 1-26) 6. RECORD OF TEST HOLE DATA SHEETS (PH 1-26) PREPARED BY AIRX UTILITY SURVEYORS 2534 East El Norte Parkway SUITE C Escondido, Ca. 92027 Tel. 760-480-2347 www.AIRXus.com DESCRIPTION OF POTHOLE PROCEDURES AIRX Utility Surveyors performs a fiill range of specialized engineering services including Underground Utility Location and Vacuum Excavation (to verify depth and alignment of underground utilities). Underground Utility Location employs sophisticated electronic locating devices to trace the route of an underground utility; then the route is marked on the surface with marking paint in paved areas, or with 60 penny nails and feathers in unpaved areas. Vacuum excavation employs a vacuum truck in conjunction with high-pressure air or water to excavate material and expose an underground utility. A 10 to 12 inch diameter hole is first cored or chiseled through the pavement so that the vacuum hose and high pressure air or water hose can be inserted. Utilities found during potholmg are located on the surface by placing two reference points (typically 36" apart) on either side of the pothole along the centerline (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to the nearest Vi inch) are taken midway between the two reference points. Utility alignment, depth, and other data is marked with pink paint (on pavement), or on wood lath (unpaved areas). SITE SPECIFIC DETAILS AIRX was contracted by Sherri Howard from City Of Carlsbad - Public Works Department of Carlsbad, Califomia to perform utility locating and potholing services at Madison Street in the City of Carlsbad, Califomia. A total of 22 potholes were excavated to estabUsh conflicts and connection points on a variety of utilities. The resuhs of the data are contamed in the attached spreadsheet and data sheets. In preparation of these excavations, AIRX marked out the dig locations and called in for USA (Underground Service Alert). All traffic control plans and permits were drawn and applied for by AIRX and the traffic control equipment was set up by AIRX. All of the excavations and discovery went without any major incident except for potholes 4, 10, 12, 15, 16 and 20 which were canceled. AIRX CCTV inspection could not locate a sanitary Tee or cut in at the main on Madison Street in front of 2642 (PH 4), 2648 (PH 15) or 2712 (PH 20). Potholes in front of 2644 (PH 10) was eliminated as the water service was found in the same hole (PH 9) as the gas service lateral. In front of 2646 (PH 12) was eliminated due to a lack of a gas line as well as the water service lateral in front of 2648 (PH 16). In addition potholes 11A and 18A were added to fmd the sewer lateral in front of 2646 and 2710 respectively. There was no sewer lateral found in either pothole 18 or 18A, however, the sewer later m front of 2646 (PH 1 lA) was successful. It should be noted that a sag and confined flow in front of 2710 and 2712 resulted in total submersion so it was not possible to observe any laterals. All changes and explanations from the original pothole plan are mentioned in the Pothole Tabulation spreadsheet and Record Of Test Hole Data sheets. All the resuits were annotated on the ground and in this report. At each pothole location, the utility aUgnment was marked with pink paint, as well as 60 penny nails or feathers. AIRX used potable water acquired offsite for excavation and all water and material vacuumed was disposed of offsite. No water was allowed to flow into storm drains or natural drainages. The potholes were covered with clean backfill material and compacted to 95% density in 3" lifts. The pavement was patched with an equal thickness of replacement asphah. All field work was performed between December 20"^ and December 27*'' 2013. o POTHOLE TABULATION FOR CITY OF CARLSBAD - MADISON STREET PROJECT (CARLSBAD, CA) Pottiola Humbw Sb-Ht UIHttvTvpt UUNtySlua. tulatarlal Soil Type UepHi- Ground lo Top of Utilitv Uep Hi- Ground to Top of EnuHinint Deptti. Ground lo Bottom of Encaiemant Uttlltv Orientation tJucrlpBon & Locution Holei 1 Madison street Watfr 6.0" ACP Ctav 35.0-T/P N/A N/A NW/SE Polticle 1 islocatefJnllieNWbomllaneol Wadison Slreel. Poltiole ia tocated approamalely 30 leel SE Irom Bie T-inlBisettion wlh Lagma Drive. UWy Vias teind witTiin markout area 2 1326/13 /ttMteon SBe«l WatET 3/4- Copiier Clay 290-T/P N/A N/A NE/SW Polhole 2 Is located in the NW Iwund lane ol MadlEOn Slreel Polhole ie locstett approiimately 55 leet SE from lhe T intersecfion wth Laguia Oriv? UUIy ives tom) vjilhai raailiDul area. 3 i2/2sn3 MsdsoK Sl(e«t ICTCt^jper Sand 27.0-T/P H/A N/A ME/SW Pobnle 3 is located n the NW bomd lane ol Madi3«i Street. Pothole e tocated approamately 155IeelSEtI0fnllie T- inter^edion Laguna Dnve Jljity VdOS fo'J>d rfrecSy on maikoul. A Canceled UaiSsDn Slieel Sewer N/A N/A hl/A N/A M/A N/A N/A Polhole Ikes canceled. No sevnr unity eiiski m this locatton 5 12/2W13 MBdistin Street Gas 3/4' Steel Clay 38.0-I/P IWA N/A NE/SW PoOnle 5 ie tocated in Ihe NW tioind Mie ol Madisoo Street. Pothole Is tocated h Irani of 2E42 Madison Street LttXty «as louid dkecHy on maikouL 5 12ra>13 htaiSBon Street water 1.0" Copper Clay 13.0- T/P N/A N/A NE/SW Polhole 6 e kjcaled In Ihe NW bouiO laneol MaiSson SI/BBL Polhole IS located in tront ol 2642 Madison Street Utility MS found ditectty on maikout. 7 12/20/13 Madison SBeel Gas 3/4- steel Clay WB-T/P WA N/A NE/SW PoOide Tislocaledinnie NWbouid lar»ot Ntedison Street Polhole is localed in llotil Df Itie flnveway lo 2&14 Madison SIrseL LItnty vas fomi directly on markouL 8 1ZH6/13 Msdifion Street SewH 4 0- PVC NaOveSol 46.0-T/P N/A N/A WfE Polhole 8 Is located in lhe NW bouKf lane of Madtson Slreel. Pothole E bested in IronI ol drtveway to 2644 Madison Street. Pottiole e is located approifimatety 7 leel SE from pothole 7. uniy was fount wiltiiiniBilax^ aiea. 9 12/20113 MadiKxi EbeM Gas 3/4- Steel Clay 27.0- T(P N/A N/A NE/SW Pothole 9 Is located FL Die NW t»iiid lane ot Madi$on Street. Polhole is localed n front of propeity line between 2644 anC 2646 Madison Street UtiMy was found direclly on ifiBrkoul 9 12/20/13 Medlsan Sbeet Viftiler l.cr Copper Clay 17.S- T/P N/A N/A NE/SW Polhole 3 IS located in the NW bound lane of Madnon Stieet. f^lhole is located m Imrt ol propeny Irie tielween 2644 and 2646 Madison SlreeL tlHity viBS fouvl rHieclly on ntartxHlL 10 12/20/13 Madisan Sneet 1 Water N/A Clay N/A N/A N/A N/A N/A VMeruUilymiulced oil in pothole 10 viosfouid in polhole 9. PolhotelOwas ebnmalGd o POTHOLE TABULATION FOR CITY OF CARLSBAD - MADISON STREET PROJECT (CARLSBAD, CA) Pothole Numtw IJata Stmt Utility Typa Utility Size S Malarial SollTypa Thpih- Ground to Top ol UHiiiv Dapth- Ground lo Top of fncaiarnaiit Uapth. Ground ID Bottom of Enca»flianl UWtty OrlantaUon •eicrlption A LocBtion Notis 11 12CS/t3 ktadison Stteel Sewr NOT Found Hard Naiive Soil N/A N/A NW N/A PoUnle 11 is located In Ihe NW bound fane of Madison Slreel. Polhole is kicated in lioni ot 2646 MadlEor. Slieet. Ttie poltioto ciew dug lo S3 mches deep and prabedtosr looking lorsevnr uEHty. No utility louid Sev«i line dipped in a marfDie at 70 mcties deep The manhole IS tocated approxrmalety 25 feet from ttie pcthote 11. 11A 12^113 Madson Slreel Sewer 4.cr PVC Sand W.CTT/P N/A N/A NE/SW Polhofe 11A16 kicaled in Ihe NW boind lane ol Madisan Stieel. Polhole is kicaled BI IIDIII ol 2646 Madson Sheet unty was iDind •/M*t new marlnul 12 Canceled MadiSHi Street Gaa N/A N/A F4/A N/A N/A 14/A N/A PDBIDIB nas mnceled. No gas utlily vras tocated in this area. 13 12/20113 MedlBon Slreel ATT-D 50-PVC Clay 34 0- T/P N/A N/A NE/SW Pothole 13 is located In the NW bomd lane ot litedison Slreel. Poltiole <s tocated h Iront of ttie dnveway te 2646 Madison Street. Utlily ws tetnd wilhai markout area. 14 12120113 MHison Slreel Water 3/4- Copper Clay 40.5- T/P N/A N/A NE/SW PMhole 14 is tocated h lhe NWboinl iane of MadGon Slreel. Polhole is kKaled on ttie opposite side ol the slreel from ^716 Madson Street. UUHy viBB found «Mt*i inaikDul area. 15 (^mceled WadiBon Slreel Sewer N/A N/A N/A N/A N/A N/A N/A Pothole vwstanceled No sewer uSityin tfts tocation. 16 Canceted hftuAson Slreel Gas N/A N/A N/A N/A N/fl NIA N/A Pottcle VOB canceled. No gas utiHy kl iris tocation 17 12/20/13 Uadtson Stieet Gas 3/4-Steel Clay 46.cr T/P NIA N/A NE/SW PoDwIe 17 Is located n the NW bouid tsne ol Mdson Slreel. Pothole » kicaled on lhe opposite side ol ttie street trom 2687 Madisan Street. UHHy WBS (ound dkeclly on meikouL IS 12/27/13 Madson Slreel Sever Nol Found Clay N/A N/A N/A N/A Polhole la is tocated in the NW bomd lane ol htadson Stieel Potlnle is kicaled in liont ol 2710 Madison Street. The polhole crew dug to 40 Inctiee deep and 36 kvifies ^de looking frjr sev^r uliity No ubfty found. 18A 12/27/13 Madfion Slreel Sevjei Not Found Clay N/A N/A N'A N/A Polhole ISA IB tocated in Ihe NW bomd Bne ol Madison ShBel Poltiole is tocated on the opposite side ol the slieel from 2710 Madison Sfreet The poDnle crew dug lo 40 mches deep and 36 inches wide kwklng lot sewer utikty No ytikty lound. IS iao4/i3 Madtoon Street Gas 3/4' Steel Sarvl 44.0-T/P N/A N/A NE/SW PoBwIe 19 is located in NW bound lane of Madteon Stieet. Pothole e kicated in front of 2712 MadEon Slreel Umiy was louid directly on markout. 2D Canceled Madson Street Sewer NIA WA N/A NIA N/A N/A N/A Polhole ^Qs canceled. No ul^ was tocated in ttiie area. V,. POTHOLE TABULATION FOR CITY OF CARLSBAD - MADISON STREET PROJECT (CARLSBAD, CA) Pothola NumlHr Date Street Utility Typa Utility Slia \ Matarlal Soil lypa [>tpth- Ground to Top of Utilitv Daplh. Ground to Top of EncaiHnenl Dapth- Oround lo Bottom of Eflcasamant Utility Orientation Daicrlptlon S Locidon Halas 21 12/24/13 Madison Sfreel Water 3/4- Copper Sand 36.Cf T/P N/A N/A NEraw Polhole 21 talDcaled in Ihe NWboind laneol Madteon SfreeL Pothole Is kKated in tiont ol 2712 Madison Sfreet UHly VAS frjuid dkectty 01) nutfkoul. 22 12/24/13 lABdlson Street Walet 2.0"Coppei Sand 26.0- T/P N/A N/A NE/SW Poltiole 22 is tocaled in the NW twund lane ol Madison Sfreet. Polfwte is tocaled In front of the dnveway to 2712 Ma*8on SfreeL UBHy was fouid dieclly on martaji*. 23 12/24/13 Ma(feon Sfreel V^ler 1.0- Copper Sand 26.0-T/P N/A NIA NE/SW Polhole 23 is tocaled tt, the NW bound lane ol Madteon Sbeet. Polhole e kicaled in tmnt of the dn«way fr) 2714 Madison Sfreet Utiity was touid directty on markout. 24 12/2403 htaiSson Street Sevier 4.crvCP Sand 39.0-T/P N/A N/A NE/SW Potinle 24 IS tocated ki ttw t/W bound lane ol Madison Sfr«eL Pofriote is tocaled n franl ol Die driveway to 2714 Madson Stieel UtWy vnas fouid dkecOy on markout 25 12/27/13 MadsonSDeel Wbter B.O- ACP Sand 37 0- T/P N/A ht/A NW/SE Polhole 25 is tocated in the NW Bomd lare ol Madson Sfreel. Pottiole is kJcaled nei:! lo Itie cMveway fr> 2714 Madeon Sfr«et. Ltony was lound 19 rches SWlram llw •nartomt. 26 12127/13 Msdson Sfreel Sewer strvcp Sand 34.S'T/P tl/A N/A NE/SW Potinle 26 te tocated 11 frie NW bouid lane of Madison Sfreet Pottiole te tocated on Ihe oppoale side of the street from 2715 Madteon SfreeL umy was Kxiid directty on mwkoiil 1 RECORD OF TEST HOLE DATA o AIRX JOB NO: X130154 TEST HOLE NO: 1 DATE DUG: 12-26-13 UTILITY TYPE Water SIZE & MATERIAL 6.0" ACP UTILITY DEPTH 35.0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NW/SE APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 6.0" ASPHALT: 5.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Clay COMMENTS: Pothole 1 is located in the NW bound lane of Madison Street. Pothole is located approximately 30 feet SE from the T-i ntersection with Laguna Drive. This Photo was taken from the NW bound lane of Madison Street looking NW. A close up view of 6 inch ACP water utility found in pothole 1 at the depth of 35 inches T/P. Utility mns in NW/SE direction at the pothole location and was found within markout area. RECORD OF TEST HOLE DATA AIRX JOB NO: XI30154 TEST HOLE NO: 2 DATE DUG: 12-26-13 UTILITY TYPE Water SIZE & MATERIAL 3/4" Copper UTILITY DEPTH 29.0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 5.0" ASPHALT; 5.0' CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Clay COMMENTS: Pothole 2 is located in the NW bound lane of Madison Street. Pothole is located approximately 55 feet SE from the T-i ntersection with Laguna Drive. This Photo was taken from the NW bound lane of Madison Street looking NW. A down hole view of 3/4 inch copper water utility found in pothole 2 at the depth of 29 inches T/P. Utility njns in NE/SW direction at the pothole location and was found within markout area. RECORD OF TEST HOLE DATA o AIRX JOB NO: X130154 TEST HOLE NO: 3 DATE DUG: 12-26-13 UTILITY TYPE Water SIZE & MATERIAL 1.0" Copper UTILITY DEPTH 27,0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 6.0" ASPHALT: 6.0' CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yss ¥•8 Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Sand COMMENTS: Pothole 3 is located in the NW bound lane of Madison Street. Pothole is located approximately 155 feet SE from the T-intersection with Laguna Drive. This Photo was taken from the NW bound lane of Madison Street looking NW. A down hole view of 1 inch copper water utility found in pothole 3 at the depth of 27 inches T/P. Utility runs in NE/SW direction at the pothole location and was found directly on markout. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 5 DATE DUG: 12-20-13 UTILITY TYPE Gas SIZE & MATERIAL 3/4" Steel UTILITY DEPTH 39.0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0' CONCRETE: N/A BASE COURSE: N/A UTIUTY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Clay Pothole 5 is located in the NW bound lane of Madison Street. Pothole is focated in front of 2642 Madison Street, This photo was taken from the NW bound lane of Madison Street looking NW. A close up view of 3/4 inch steel gas utility found in pothole 5 at the depth of 39 inches T/P. Utility runs in NE/SW direction at the pothole location and was found directly on mari<out. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 6 DATE DUG: 12-20-13 UTILITY TYPE Water SIZE S MATERIAL 1.0" Copper UTIUTY DEPTH 13.0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 6.6" ASPHALT: 6.5" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL; OVERBURDEN MATERIAL: No N/A Clay COMMENTS: Pothole 6 is located in the NW bound lane of Madison Street- Pothole is located in front of 2642 Madison Street. This photo was taken from the NW bound lane of Madison Street looking NW, A close up view of 1 inch copper water utility found in pothole 6 at the depth of 13 inches T/P. Utility runs in NE/SW direction at the pothole location and was found directly on markout. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 7 DATE DUG: 12-20-13 UTILITY TYPE Gas SIZE & MATERIAL 3/4" Steel UTILITY DEPTH 43,5" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Clay COMMENTS: Pothole 7 is located in the NW bound lane of Madison Street. Pothole is located in front of the driveway to 2644 Madison Street, This photo was taken from the NW bound lane of Madison Street looking NW, A close up view of 3/4 inch steel gas utility found in pothole 7 at the depth of 43,5 inches T/P, Utility mns in NE/SW direction at the pothole location and was found directly on markout. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 8 DATE DUG: 12-26-13 UTILITY TYPE Sewer SIZE & MATERIAL 4,0" PVC UTILITY DEPTH 46,0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION W/E APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 6.0" ASPHALT: 5.0" CONCRETE; N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: No PIPE COVER MATERIAL: N/A OVERBURDEN MATERIAL Native Soil COMMENTS: Pothole 8 is located in the NW bound lane of Madison Street. Pothole is located in front of the driveway to 2644 Madison Street- Pothole 8 is located approximately 2 feet SE from pothole 7, This photo was taken from the NW bound lane of Madison Street looking NW. A close up view of 4 inch PVC sewer utility found in pothole 8 at the depth of 46 inches T/P. Utility mns in W/E direction at the pothole loc:ation and was found within markout area. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 9 DATE DUG: 12-20-13 UTILITY TYPE Gas Water SIZE & MATERIAL 3/4" Steel 1,0" Copper UTILITY DEPTH 27,0" T/P 17,5" T/P ENCASEMENT TOP N/A N/A ENCASEMENT BOTTOM N/A N/A UTILITY DIRECTION NE/SW NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0' CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL No N/A Clay The pothole crew found water utility marked out in pothole 10 in pothole 9, Pothole 10 was eliminated. Pothole 9 is located in the NW bound lane of Madison Street Pothole is located in front of property tine between 2644 and 2646 Madison Street, This photo was taken from the NW bound lane of Madison Street looking NW. A close up view of 3/4 inch steel gas utility found In pothole 9 at the depth of 27 inches T/P. A 1 inch copper utility was found at the depth of 17,5 inches T/P, Utilities mn in NE/SW direction at the pothole location and were found directly on markout. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 11 DATE DUG: 12-26-13 UTILITY TYPE Sewer SIZE & MATERIAL Not Found UTILITY DEPTH N/A ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION N/A APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 6.0" ASPHALT: 6.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN QN PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Hard Native SotI COMMENTS: The pothole crew dug to 83 inches deep and probed to 87 looking for sewer utility. No utility found. Crew was able to dip sewer main at 70 inches deep in a manhole. The manhole is located approximately 25 feet from the pothole 11. Pothole 11 is located in the NW bound lane of Madison Street. Pothole is located in front of 2646 Madison Street. This photo was taken from the NW bound lane of Madison Street looking NW. A down hole view of pothole 11, Pothole is 83 inches deep. No sewer utility was found. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 11A DATE DUG: 12-27-13 UTILITY TYPE Sewer SIZE & MATERIAL 4,0" PVC APPROXIMATE STATION NORTHING COORDINATES UTILITY DEPTH 59,0" T/P EASTING COORDINATES ENCASEMENT TOP N/A GROUND ELEVATION ENCASEMENT BOTTOM N/A UTILITY ELEVATION UTILITY DIRECTION NE/SW PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Sand COMMENTS: Pothole 11A is located in the NW bound lane of Madison Street. Pothole is located in front of 2646 Madison Street. This photo was taken from the NW bound lane of Madison Street looking SE. A down hole view of 4 inch PVC sewer utility found in pothole IIAatthe depth of 59 inches T/P, Utility runs in NE/SW direction at the pothole location and was found within new markout area. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 13 DATE DUG: 12-20-13 UTILITY TYPE ATT-D SIZE & MATERIAL 5,0" PVC UTILfTY DEPTH 34,0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0' ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Clay COMMENTS: Pothole 13 is located in the NW bound lane of Madison Street, Pothole is located in front of the driveway to 2646 Madison Street, This photo was taken from the NW bound lane of Madison Street looking NW, A close up view of 5 inch PVC ATT-D utility found in pothole 13 at the depth of 34 inches T/P. Utility mns in NE/SW direction at the pothole location and was found within markout area. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 14 DATE DUG: 12-20-13 UTIUTY TYPE Water SIZE & MATERIAL 3/4" Copper UTILITY DEPTH 40.5" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: 6.5" ASPHALT: 6.5" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL No N/A Clay COMMENTS: Pothole 14 is located in the NW bound lane of Madison Street. Pothole is located on the opposite side of the street from 2715 Madison Street, This photo was taken from the NW bound lane of Madison Street looking NW, A close up view of 3/4 inch copper water utility found in pothole 14 at the depth of 40,5 inches T/P, Utility runs in NE/SW direction at the pothole location and was found virithin markout area. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 17 DATE DUG: 12-20-13 UTILITY TYPE Gas SIZE & MATERIAL 3/4" Steel UTILITY DEPTH 46.0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TFIACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Clay COMMENTS: Pothole 17 Is located in the NW bound lane of Madison Street. Pothole is located on the opposite side of the street from 2687 Madison Street. This photo was taken from the NW bound lane of Madison Street looking SE. A close up view of 3/4 inch steel gas utility found in pothole 17 at the depth of 46 inches T/P. Utility runs in NE/SW direction at the pothole location and was found directly on markout RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 18 DATE DUG: 12-27-13 UTILITY TYPE Sewer SIZE & MATERIAL Not Found UTILITY DEPTH N/A ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION N/A APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Clay COMMENTS: The pothole crew dug to 40 inches deep and 36 inches wide looking for sewer utility. No utility found. Pothole 18 is located in the NW bound lane of Madison Street Pothole is located in front of 2710 Madison Street, This photo was taken from the NW bound lane of Madison Sfreet looking NW, A down hole view of pothole 18, Pothole is 40 inches deep. No sewer utility found. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 18A DATE DUG: 12-27-13 UTILITY TYPE Sewer SIZE & MATERIAL Not Found UTILITY DEPTH N/A ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION N/A APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Clay COMMENTS: The pothole crew dug to 40 inches deep and 36 inches wide looking for sewer utility. No utility found. Pothole 18A is located in the NW bound lane of Madison Street Pothole is located on the opposite side of the street from 2687 Madison Street. This photo vras taken from the NW bound lane of Madison Street looking NW. A down hole view of pothole 18A- Pothole is 40 inches deep. No sewer utility found. RECORD OF TEST HOLE DATA AIRX JOB NO: XI30154 TEST HOLE NO: 19 DATE DUG: 12-24-13 UTILITY TYPE Gas SIZE & MATERIAL 3/4" Steel UTIUTY DEPTH 44.0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 6.0" ASPHALT: S.O' CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Sand Pothole 19 is located in the NW bound iane of Madison Street Pothole is located in front of 2712 Madison Street. This photo was taken from the NW bound lane of Madison Street looking SE. A down hole view of 3/4 inch steel gas utility found in pothole 19 at the depth of 44 inches T/P, Utility mns in NE/SW direction at the pothole location and was found directly on markout. RECORD OF TEST HOLE DATA o AIRX JOB NO: XI30154 TEST HOLE NO: 21 DATE DUG: 12-24-13 UTILITY TYPE Water SIZE & MATERIAL 3/4" Copper UTILITY DEPTH 36,0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 6.0" ASPHALT: 6.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Sand COMMENTS: Pothole 21 is located in the NW bound lane of Madison Street, Pothole is located in front of 2712 Madison Street, This photo was taken from the NW bound lane of Madison Street looking SE, A close up view of 3/4 inch copper water utility found in pothole 21 at the depth of 36 inches T/P. Utility mns in NE/SW direction at the pothole location and vras found directly on markout. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 22 DATE DUG: 12-24-13 UTILITY TYPE Water SIZE & MATERIAL 2.0" Copper UTILITY DEPTH 26.0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0' ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: COMMENTS: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Sand Pothole 22 Is located in the NW bound lane of Madison Street Pothole is located in front ofthe driveway to 2712 Madison Street. This photo was taken from the NW bound lane of Madison Street looking NW. A close up view of 2 inch copper water utility found in pothole 22 at the depth of 26 inches T/P. Utility runs in NE/SW direction at the pothole location and was found directly on markout. RECORD OF TEST HOLE DATA AIRX JOB NO: XI30154 TEST HOLE NO: 23 DATE DUG: 12-24-13 UTIUTY TYPE Water SIZE & MATERIAL 1.0" Copper UTIUTY DEPTH 26.0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTIUTY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTIUTY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0' CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Sand COMMENTS: Pothole 23 is located in the NW bound lane of Madison Street Pothole is located in front of the driveway to 2714 Madison Street. This photo was taken from the NW bound lane of Madison Street looking NW, A down hole view of 1 inch copper water utility fbund in pothole 23 at the depth of 26 inches T/P, Utility mns in NE/SW direction at the pothole location and was found directly on markout. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 24 DATE DUG: 12-24-13 UTILITY TYPE Sewer SIZE & MATERIAL 4,0" VCP UTILITY DEPTH 39,0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0' CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Sand COMMENTS: Pothole 24 is located in the NW bound lane of Madison Street. Pothole is located in front of the driveway to 2714 Madison Street. This photo was taken from the NW bound lane of Madison Street looking NW. A down hole view of 4 inch VCP sewer utility found in pothole 24 at the depth of 39 inches T/P. Utility mns in NE/SW direction at the pothole location and was found directly on markout RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 25 DATE DUG: 12-27-13 UTILITY TYPE Water SIZE & MATERIAL 8.0" ACP UTILITY DEPTH 37,0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NW/SE APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No WA Sand COMMENTS: Pothole 25 is located in the NW bound lane of Madison Street Pothole is located next to the driveway to 2714 Madison Street This photo was taken from the NW bound lane of Madison Street looking NW. A down hole view of 8 inch ACP water utility found in pothole 25 at the depth of 37 inches T/P. Utility runs in NW/SE direction at the pothole location and was found 19 inches SW from the markout. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 26 DATE DUG: 12-27-13 UTILITY TYPE Sewer SIZE & MATERIAL 5.0" VCP UTILITY DEPTH 34.5" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 7.0" ASPHALT: 7.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No N/A Sand COMMENTS: Pothole 26 is located in the NW bound lane of Madison Street. Pothole is located on the opposite side of the street from 2715 Madison Street This photo was taken from the NW tjound lane of Madison Street looking NW. A close up view of 5 Inch VCP sewer utility found in pothole 26 at the depth of 34.5 inches T/P. Utility runs in NE/SW direction at the pothole location and was found directly on markout Phone: 760-480-2347 Fax: 760-739-8034 Cell: 760-419-2183 3 SUPPLEMENTAL REPORT FOR City Of Carlsbad - Public Works Department 1635 Faraday Avenue Carlsbad, CA 92008 Attn: Sherri Howard PROJECT #X130154 Utility Locating and Potholing Madison Street Carlsbad, CA TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT DESCRIPTION AND COMMENTS 3. PROJECT MAP 4. POTHOLE AREA MAP 5. POTHOLE TABULATION (PH 5A AND 18B) 6. RECORD OF TEST HOLE DATA SHEETS (PH 5A AND 18B) PREPARED BY AIRX UTILITY SURVEYORS 2534 East El Norte Parkway Suite C Escondido, Ca. 92027 Tel. 760-480-2347 www.AIRXus.com o o DESCRIPTION OF POTHOLE PROCEDURES AIRX Utility Surveyors performs a full range of specialized engineering services including Underground Utility Location and Vacuum Excavation (to verify depth and alignment of underground utilities). Underground Utility Location employs sophisticated electronic locating devices to trace the route of an underground utility; then the route is marked on the surface with marking paint in paved areas, or with 60 penny nails and feathers in unpaved areas. Vacuum excavation employs a vacuum truck in conjunction with high-pressure air or water to excavate material and expose an underground utility. A 10 to 12 inch diameter hole is first cored or chiseled through the pavement so that the vacuum hose and high pressure air or water hose can be inserted. Utilities found during potholing are located on the surface by placing two reference points (typically 36" apart) on either side of the pothole along the centerline (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to the nearest Vi inch) are taken midway between the two reference points. Utility alignment, depth, and other data is marked with pink paint (on pavement), or on wood lath (unpaved areas). SITE SPECIFIC DETAILS AIRX was contracted by Sherri Howard from City Of Carisbad - Public Works Department of Carlsbad, Califomia to perform utility locating and potholing services at Madison Street in the City of Carlsbad, Califomia. Two additional potholes were excavated to establish conflicts and connection points on the sewer line. The results of the data are contained in the attached spreadsheet and data sheets. In preparation of these excavations, AIRX marked out the dig locations and called in for USA (Underground Service Alert). All traffic control plans and permits were drawn and applied for by AIRX and the traffic control was set up by AIRX. All of the excavations and discovery went without any major incident. Any changes and adjustments are mentioned in the Pothole Tabulation spreadsheet and Record of Test Hole Data sheets. All the results were annotated on the ground and in this report. It is AIRX's recommendation that all pothole locations and the active mark out should be surveyed to aid in the adjustment of utilities on the final plan and profile. At each pothole location, the utility alignment was marked with pink paint, as well as 60 penny nails. AIRX used potable water acquired offsite for excavation and all water and material vacuumed was disposed of offsite. No water was allowed to flow into storm drains or natural drainages. The potholes were filled with clean backfill material and compacted to 95% density in 3" lifts. The pavement was patched with an equal thickness of replacement asphalt. All field work was performed on June 19^** 2014. o to cc « I-O . 2 ^ o E ^ 'Q. - o RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 5A DATE DUG: 06-19-14 UTILITY TYPE 1 Sewer Lateral 2 3 4 SIZE & MATERIAL 4.0" ABS UTILITY DEPTH 45,0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTIUTY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 4.0" ASPHALT: 4.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Native Soil/Clay COMMENTS: Pothole 5A is located in the NW bound lane of Madison Street, Pothole is located in front of 2642 Madison Street This photo was taken standing in front of pothole 5A looking NW. A close up view of 4 inch ABS sewer lateral utility found in pothole 5A at the depth of 45 inches T/P, Utility runs in NE/SW direction at the pothole location and was found directly on markout. RECORD OF TEST HOLE DATA AIRX JOB NO: X130154 TEST HOLE NO: 188 DATE DUG: 06-19-14 UTILITY TYPE 1 Sewer Lateral 2 3 4 SIZE & MATERIAL 4,0" VCP UTIUTY DEPTH 42,0" T/P ENCASEMENT TOP N/A ENCASEMENT BOTTOM N/A UTILITY DIRECTION NE/SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: 4.0" ASPHALT: 4.0" CONCRETE: N/A BASE COURSE: N/A UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: No PIPE COVER MATERIAL: N/A OVERBURDEN MATERIAL: Sand/Clay COMMENTS: Pothole 18A is located in the NW bound lane of Madison Street Pothole is located in front of 2710 Madison Street This photo was taken standing in front of pothole 18B and 18 looking SE. A close up view of 4 inch VCP sewer lateral utility found in pothole 18B at the depth of 42 inches T/P. Utility mns in NE/SW direction at the pothole location and was found directly on markout o APPENDIX E CCTV REPORT Phone: 760-480-2347 Fax: 760-739-8034 Cell: 760-419-2183 D REPORT FOR City of Carlsbad - Public Works Department 1635 Faraday Avenue Carlsbad, CA 92008 Attn: Sherri Howard PROJECT: #X 130154 CCTV Madison Street Carlsbad, CA TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT DESCRIPTION AND COMMENTS 3. CCTV DATA SHEETS 0 PREPARED BY AIRX UTILITY SURVEYORS 2534 East El Norte Parkway SUITE C Escondido, Ca. 92027 Tel. 760-480-2437 www.airxus.com INTRODUCTION AIRX Utility Surveyors performs a full range of specialized engineering services including Underground Utility Location, CCTV inspection and locating, and Vacuum Excavation to verify depth and alignment of underground facilities. For this project CCTV locating and vacuum excavation were used to identify up to eight laterals crossing through the alignment for a proposed storm drain. PROJECT DESCRIPTION AND COMMENTS AiRX Utility Surveyors was contracted by the City of Carlsbad to perform CCTV inspections for the purpose of locating sewer laterals as a precursor to potholing. The gas and water were marked out by Underground Service Alert but the wet utilities (sewer and storm drain) were not. The sewer was passible with our lateral launching camera however a segment about 200' long had confined flow in front of the addresses 2710 and 2712 Madison Street. The CCTV revealed that there was no lateral Tee in front of 2642 or 2648 (empty lot) and there was no visibility in front of 2710 and 2712. There was no cleanout visible or any recollection of a clean out from the property owners in front of 2642, 2648 or 2712. The remaining properties within the confines of the project area had cleanouts and were quickly marked out and successfully potholed. The table below summarizes the direction of passage from manhole to manhole of the lateral launching tractor with the exception of the first entry at 2710, which utilized a push-cam with entry at the residence out to the street. Loccitton Ptpo ID [Vlatiliole Numbers Pipe Length Size 12/26/201311:57:02 AM 2710MadiwhSL Residence to St. 4'ABSA/CP 2710MadtoonTo6" Sewer Main 693 MS 12/24/201311:57:41 AM 30' N of Arbuckle PI. to 4B0' S of Laquna Dr. on Madison St 6" Sewer MH 3 To MH 2 -450 1.13GB 12/24/201311:16:59 AM 460' South of Laguna Dr. to 30" N of Arbuckle PI. on Madison St 6-Sewer MH 2 To MH 3 *450 841MB 12/24/2013 8:53:15 AM Laguna Dr. and Madison St. to 350' S of Laquna Dr. 6" Sewer MH 2 To MH 1 351,9 2.00 GB Note: You may need to download MPEG4 Codec to view Video There were a two deletions of laterals based on the findings of the CCTV survey. It is possible that the laterals combine between two sets of properties: 2642 & 2644, 2710 & 2712, and only one lateral exits toward the street. This differs from the plan received from the City of Carlsbad prior to the start of work. The videos were made on an RST system and the data has been burned unto a DVD- R. The video data are a series of reports that are interactive and contain both still photographs and streaming videos. The written report has the graphical representation of the length and points of interest of the facilities but not the videos. The complete electronic file is on the DVD-R. Project Name Direction Pipe Size Start ID End ID Comments Inspection RBF Madison Street Date downstream 4" 2710 Madison 6" Sewer Main Created with the Pipe Type Pipe ID Start Location Completed 12/26/2013 11:57:02 AM pvc Cleanout Madison St Yes report generator Project Name: RBF Madison Street Date: 12/26/2013 11:57:02 AM Pipe ID: Cleanout Asset Location: Start ID: 2710 Madison Distance: 0 End ID: 6" Sewer Main Run Number: Direction: downstream Pipe Size: 4" Pipe Type: pvc Distance Fault Observation Time 0.0 General Observation Severity: None Remarks: Sewer Main 26:10 Created with the report generator Project Name: RBF Madison Street Date: 12/26/2013 11:57:02 AMPipe ID: Cleanout Asset Location: Start ID: 2710 Madison Distance: 0 End ID: 6" Sewer Main Run Number: Direction: downstream Pipe Size: 4" Pipe Type: pvc (0.0) GO - General Observation Remark: Sewer Main (Clip) Total Distance: 0 I ID Number: 2710 Madison ID Number: 6" Sewer Main Created with the report generator o Project Name Direction Pipe Size Start ID End ID Comments Inspection RBF Madison Street Date downstream 6" MH3 MH2 Created with the Pipe Type Pipe ID Start Location Completed 12/24/2013 11:57:41 AM vcp Madison St No report generator Project Name: RBF Madison Street Date: 12/24/2013 11:57:41 AM Pipe ID: Asset Location: Start ID: MH 3 Distance: 0 End ID: MH 2 Run Number: Direction: downstream Pipe Size: 6" Pipe Type: vcp Distance Fault Observation Time Picture General Observation Severity: None Remarks: lateral 9 o'clock 0.0 General Observation Severity: None Remarks: lateral 9 o'clock 50 General Observation 0.0 Severity: None Remarks: lateral 9 o'clock 03:19 General Observation 0.0 Severity: None Remarks: lateral 9 o'clock 04:31 Distance Fault Observation Time General Observation 0.0 Severity: None Remarks: lateral 2 o'clock 06:30 General Observation 0.0 Severity: None Remarks: lateral 10 o'clock 08:29 General Observation 0.0 Severity: None Remarks: lateral 9 o'clock 14:12 Distance Fault Observation General Observation 0.0 Severity: None Remarks: lateral 9 o'clock General Observation 0.0 Severity: None Remarks: lateral 3 o'clock General Observation 0.0 Severity: None Remarks: lateral 3 o'clock 3 Created with the report generator Project Name: RBF Madison Street Date: 12/24/2013 11:57:41 AMPipe ID: Asset Location: Start ID: MH 3 Distance: 0 End ID: MH 2 Run Number: Direction: downstream Pipe Size: 6" Pipe Type: vcp Severity (0.0) GO - General Observation Remark lateral 9 o'clock (Clip) (0.0) GO - General Observation Remark lateral 9 o'clock (Clip) (0.0) GO - General Observation Remark lateral 9 o'clock (Clip) (0.0) GO - General Observation Remark lateral 2 o'clock (Clip) (0.0) GO - General Observation Remark lateral 10 o'clock (Clip) (0.0) GO - General Observation Remark lateral 9 o'clock (Clip) (0.0) GO - General Observation Remark lateral 9 o'clock (Clip) (0.0) GO - General Observation Remark lateral 3 o'clock (Clip) (0.0) GO - General Observation Remark lateral 3 o'clock (Clip) Total Distance: 0 ID Number: MH 3 ID Number: MH 2 Created with the report generator Project Name Direction Pipe Size Start ID End ID Comments Inspection RBF Madison Street Date upstream 6" MH2 MH3 Created with the Pipe Type Pipe ID Start Location Completed 12/24/2013 11:16:59 AM vcp Madison St No report generator Project Name: RBF Madison Street Date: 12/24/2013 11:16:59 AM Pipe ID: Asset Location: Start ID: MH 2 Distance: 0 End ID: MH 3 Run Number: Direction: upstream Pipe Size: 6" Pipe Type: vcp Distance 0.0 Fault Observation Generai Observation Severity: None Remarks: lateral 2 o'clock Created with the report generator Project Name: RBF Madison Street Date: 12/24/2013 11:16:59 AMPipe ID: Asset Location: Start ID: MH 2 Distance: 0 End ID: MH 3 Run Number: Direction: upstream Pipe Size: 6" Pipe Type: vcp Average Heavy (0.0) GO - General Observation Remark: lateral 2 o'clock (Clip) Total Distance: 0 ID Number: MH 3 ID Number: MH 2 Created with the ^rJOSM report generator Project Name Direction Pipe Size Start ID End ID Comments Inspection RBF Madison Street Date downstream 10" MH2 MH 1 Pipe Type Pipe ID Start Location Completed Created with the 12/24/2013 8:53:15 AM vcp Madison St Yes report generator Project Name: RBF Madison Street Date: 12/24/2013 8:53:15 AM Pipe ID: Asset Location: Start ID: MH 2 Distance: 0 End ID: MH 1 Run Number: Direction: downstream Pipe Size: 10 ' Pipe Type: vcp Distance 15.2 18.8 30.0 Fault Observation Generai Observation Severity: None Remarks: Lateral 9 o'clock General Observation Severity: None Remarks: Lateral 10 o'clock Time 04:15 General Observation Severity: None Remarks: Lateral 12 o'clock 05:02 05:59 Picture MH MH " 12/24/...: :• ftM.. Gfiiifir'L-t 1 Ol'Csrijst) Latera I H o ' c I o-^^k IS,2 FT RRF" Mild ; wcn -.r.\ cic^t lehoraI Obsec''ui its' B-.S FT erai IG c ' c i Distance Fault Observation Time General Observation 74.6 Severity: None Remarks: Lateral 10 o'clock 109.5 09:00 General Observation 81.0 Severity: None Remarks: Lateral 12 o'clock 1:21:59 General Observation Severity: None Remarks: Mass Roots 12 o'clock 1:09:30 Distance Fault Observation General Observation 110.1 Severity: None Remarks: Lateral 11 o'clock General Observation 166.4 Severity: None Remarks: Lateral 10 o'clock General Observation 268.5 Severity: None Remarks: Lateral iO'oclock Time 1:11:10 15:38 21:08 MH MH 2 10 MH MH i 12/24/2013 q: 1 I:Q4 ftM f?ai- Madi KOti Streo I G : I -! • •! I h ;^ •. I' 1.1 a t i L -1 ^ r: r- n I 10 o ' c I n i 1 . i • T Distance Fault Observation Time General Observation 324.9 Severity: None Remarks: Lateral 11 o'clock General Observation 351.9 Severity: None Remarks: Manhole 1 25:27 37:48 MH Mi! 2 TO MH MH 1 1 2/24/^[]13 'J ; :i3: 14 HM RB^"- MGd I son Glr-cct 1 iner."j i Pbser-yat Created with the report generator Project Name: RBF Madison Street Date: 12/24/2013 8:53:15 AMPipe ID: Asset Location: Start ID: MH 2 Distance: 0 End ID: MH 1 Run Number: Direction: downstream Pipe Size: 10" Pipe Type: vcp 5 Heavy ID Number: MH 2 (15.2) GO - General Observation Remark: Lateral 9 o'clock (Clip) (18.8) GO - General Observation Remark: Lateral 10 o'clock (Clio) (30.0) GO - General Observation Remari<: Lateral 12 o'clock (Clip) (74.6) GO - General Observation Remark: Lateral 10 o'clock (Clip) (81.0) GO - General Observation Remark: Lateral 12 o'clock (Clip) (109.5) GO - General Observation Remark: Mass Roots 12 o'clock (Clip) (110.1) GO - General Observation Remark: Lateral 11 o'clock (Clip) (166.4) GO - General Observation Remark: Lateral 10 o'clock (Clin) (268.5) GO - General Observation Remark: Lateral IO'oclock (Clip) (324.9) GO - General Observation Remark: Lateral 11 o'clock (Clip) (351.9) GO - General Observation Remark: Manhole 1 (Clip) Total Distance: 0 ID Number: MH 1 Created with the report generator APPENDIX F CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS GENERAL NOTES: 1. The contractor is responsible for installation of aii signing and striping. 2. Ali signing, striping and pavement markings shaii conform to the California Manuai on Uniform Traffic Control Devices (latest version), the Caltrans Standard Plans and Specifications (latest version), these plans and the Special Provisions. 3. All signing and striping is subject to the approval of the Public Works Director or his representative, prior to instailation. 4. Any deviation from these signing and striping pians shaii be approved by the Pubiic Works Director or his representative prior to any change in the field. 5. All striping shaii be reflective per Caltrans specifications. Striping shall be repainted two weeks after initial painting. 6. Ail permanent signage shaii be reflective per ASTM Designation D4956 and shall use Type IV prismatic reflective sheeting (High Intensity Prismatic or equal) unless otherwise specified. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" and street name signs shall use Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 7. Prior to final acceptance of street improvements, all street striping and markings within a 500' perimeter of the construction project will be restored to a "like new" condition, in a manner meeting the approval ofthe City Inspector. 8. Exact location of striping and stop limit lines shall be approved by the Public Works Director or his representative priorto installation. 9. Contractor shall remove al! conflicting painted lines, markings and pavement legends by grinding. Debris shall be promptly removed by the contractor. 10. Ali pavement legends shall be the latest version of the Caltrans stencils. 11. Limit lines and crosswalks shall be field located. Crosswalks shall have 10' inside dimension unless otherwise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends shall be thermoplastic unless otherwise specified. Preformed thermoplastic arrows and legends shall not be acceptable. 13. Size of signs shall be based upon the recommended sign sizes found in the California Manual on Uniform Traffic Control Devices unless otherwise specified. 14. Sign posts shall be square perforated steel tubing with breakaway base per San Diego Regional Standard Drawing M-45. 15. When a sign is attached to a pole, it shall be mounted using a standard City of Carlsbad approved mounting bracket with straps. Page 1 of 2 Q:\EngineeringSharecl\Agreennents & Contracts\Contracts\2014 Contracts\6608 NW Quad SD (Madison) - Howard\APPENDIX J.docx\Revised 3.18.13 (JTK) APPENDIX F CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS ^ 16. Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public .^J Works Yard at 405 Oak Avenue. 17. All Signs shown on these plans shall be new signs provided and installed by the contractor except those signs specifically shown as existing to be relocated or to remain. 18. Fire hydrant pavement markers shall conform to the California MUTCD and San Diego Regional Standard Drawing M-19. Page 2 of 2 Q:\EngineeringShared\Agreements & Gontracts\Contracts\2014 Contracts\6608 NW Quad SD (Madison) - HowardV^PPENDIX J.docx\Revised 3.18.13 (JTK) ^ APPENDIX G TRAFFIC CONTROL PLAN TEMPLATE as a 1 • 1 s 1 ^ s i 1 1 ll g si s ^ 1 ! % 3 a* S ! i c ^. a r s*4 5 il 1 si. s : ++++ lift t t "^11| ! 1^ i?' sa ^1 .ifeiig^>, ^5 |||||||p|l| i ^1